Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 142-24-16247
RESOLUTION NO. 142-24-16247 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING 13TH FLOOR LINK AT SOMI, LLC FOR THE CITY OF SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. CSM2024-08; AUTHORIZING THE CITY MANAGER TO NEGOTIATE ALL NECESSARY GROUND LEASE AND/OR DEVELOPMENT AGREEMENT(S) FOR THE PROJECT; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") issued Request for Qualifications No. CSM2024-0l ("RFQ") for the purpose of identifying responsible and qualified proposers for consideration of proposals for redevelopment of the City Hall property under a Request for Proposals to be developed; and WHEREAS, five sealed responses were received in response to the RFQ by the RFQ deadline of March 25, 2024; and WHEREAS, on March 29, 2024, an Evaluation Committee appointed by the City Manager reviewed, scored, and ranked the respondents pursuant to the evaluation criteria set forth in the RFQ; and WHEREAS, pursuant to the RFQ, the City Manager recommended that the City Commission select all five (5) respondents to the RFQ as eligible to submit proposals under the Request for Proposals; and WHEREAS, after reviewing the City Manager's recommendation, the Evaluation Committee's ranking, and all aspects of the Respondents' responses, the City Commission in Resolution No. 049-24-161154 selected all five (5) firms as Short Listed Respondents under the RFQ as qualified and eligible to receive the Request for Proposals and submit proposals in response to the Request for Proposals: RUDG, LLC; 13 th Floor Investments, LLC ("13 th Floor"); Adler Development, LLC; Integra Solutions, LLC; and Sonnenblick Development (collectively, the "RFQ Selected Respondents"); and WHEREAS, on June 3, 2024, the City issued Request for Proposals No. CSM2024-08 ("RFP") to the RFQ Selected Respondents for the long-term lease of the City Hall property and its redevelopment and operation as a profitable, large-scale, multi-component, and first-class mixed- use development featuring a new civic/municipal complex for the South Miami City Hall Redevelopment Project (the "Project"); and WHEREAS, two (2) sealed proposals were received by the RFP deadline, from 13 th Floor's affiliated special purpose entity, I 3th Floor Link at SOMI, LLC (the "Proposer"), created Res. No. 142-24-16247 for the Project and Sonnenblick Development; and WHEREAS, Sonnenblick Development's proposal was deemed non-responsive and rejected from further consideration; and WHEREAS, the RFP Evaluation Committee met on August 6, 2024, to evaluate and score the sole remaining proposal from the Proposer, together with the City's technical consultants who attended and assisted the Evaluation Committee, and heard oral presentations and conducted a question-and-answer session with the proposer; and WHEREAS, the RFP Evaluation Committee's scoring was presented to the City Manager for his review and recommendation to the City Commission; and WHEREAS, the City Manager has reviewed and further evaluated the scoring of the Evaluation Committee, as well as reviewed the Proposer's proposal and all relevant information, and consulted with technical consultants, and hereby recommends that the City Commission select and award the Proposer the Project as the most advantageous and in the City's best interests; and WHEREAS, the City Commission desires to select and award the Proposer the Project and authorize the City Manager and/or designees to negotiate all ground lease and/or development agreement(s) with the Proposer as necessruy to implement the Project, subject to the approval of the City Attorney as to form, content and legal sufficiency; and WHEREAS, the City Commission finds that this Resolution and the selection of the Proposer are in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. Each of the above-stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Selection and Award. The City Commission hereby selects and awards the Proposer the Project. Section 3. Authorization. The City Commission hereby authorizes the City Manager and/or designees to negotiate all ground lease and/or development agreement(s) with the Proposer as necessary to implement the Project, subject to the approval of the City Attorney as to form, content, and legal sufficiency. The City Commission further directs that the final ground lease and/or development agreements negotiated with the Proposer be presented to the City Commission at a public meeting for consideration of final award and approval. Section 4. Implementation. The City Manager is hereby authorized to take any and all action necessary to implement the purposes of this Resolution. Page2 of3 Res. No. 142-24-16247 Section 5 . Corrections. Conforming language or technical scrivener-type corrections may be made by th e City Attorney for any co nformin g amendments to be incorporated into the final resolution for signature. Section 6 . adoption. Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this 1711' day of September, 2024. ATTEST: c ~~ READ AND APPROVED AS TO FORM, LANGUAGE, LEGALilY AND EXECUTION THEREOF & BIERMAN, P.L. CITY A TIORN EY FMAN COLE APPROVED: ~ MAYOR COMMISSION VOTE: Mayo r Fernandez: Vice Mayor Boni ch : Commissioner Calle: Commissione r Liebman: Commissioner Corey: Pa ge 3 of3 - 5-0 Yea Yea Yea Yea Yea Agenda Item No:7. City Commission Agenda Item Report Meeting Date: September 17, 2024 Submitted by: Steven Kulick Submitting Department: City Manager Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING 13TH FLOOR LINK AT SOMI, LLC FOR THE CITY OF SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. CSM2024-08; AUTHORIZING THE CITY MANAGER TO NEGOTIATE ALL NECESSARY GROUND LEASE AND/OR DEVELOPMENT AGREEMENT(S) FOR THE PROJECT; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER) Suggested Action: The City Manager is authorized to enter into contract negotiations for a development agreement with 13th Floor Investments for the City Hall Redevelopment Project. Attachments: final Memo_For_City_Hall_RFP_-_CAv1_suggested_edits__redline___1_.docx 49M1442-Resolution Selecting Thirteenth Floor And Authorizing Negotiation.DOCX v2RFP City Hall Redevlopment 6.3.24.pdf Resolution 049-24-16154.pdf Mandatory Pre-bid Sign In Sheet RFP CSM 2024-08 6.26.24.pdf Bid Opening Report RFP CSM2024-08 7.19.24.pdf Section 1.8_ 1.9 Selection Process 8.5.24.pdf 13th Floor Investments LINK AT SOMI - Proposal.pdf PFM - SM$30m General Obligation Bond, 30 Years.pdf PFM South Miami - $30m General Obligation Bond, 35 Years.pdf DrawDownSched.PDF Master Developent Plan Parking Approach.pdf County Notes Memo 2024 08 12.pdf 1 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM: Genaro “Chip” Iglesias, City Manager DATE: September 17, 2024 SUBJECT: City Hall Redevelopment Project RECOMMENDATION:The City Manager is authorized to enter into contract negotiations for ground lease and/or development agreement(s) with 13 th Floor Link at SOMI, LLC (“Proposer”), an affiliated special purpose entity of 13th Floor Investments, LLC, forthe City Hall Redevelopment Project (“Project”) BACKGROUND: The RFP was advertised on June 3, 2024, and closed on July 19, 2024. Five (5) firms were pre- qualified to submit proposals pursuant to the Request for Qualification (RFQ #CSM2024-01) process. The five firms pre-qualified were RUDG (Related Group), Adler Development, 13 th Floor Investments, Integra and Sonnenblick Development in accordance with Resolution No. 049-24- 161154. A Mandatory Pre-Bid meeting was held on June 26, 2024, with three (3) firms in attendance: RUDG (Related Group), 13 th Floor Investments, and Sonnenblick Development. At the bid closing, the City received two proposals: one from the Proposer and another from Sonnenblick Development. A review of the proposals by the Procurement Division and the City Attorney’s Office revealed Sonnenblick Development’s proposal was non-responsive due to failing to provide required solicitation documents and the required cost recovery check of $25,000. A subsequent email sent by Sonnenblick Development to the Procurement Division confirmed their refusal to provide the cost recovery check, as required by the solicitation. Therefore, the City Manager rejected the Sonnenblick Development proposal from further consideration. Sonnenblick was notified via e-mail as well as certified mail. Evaluation and Selection: The Evaluation Committee met on August 6, 2024, to score the Proposer’s proposal. The Evaluation Committee was comprised of voting and non-voting members and supported by technical consultants with requisite expertise in public financing, valuation, transactional structure, land use and zoning, legal and public-private partnership projects. The voting members of the Evaluation Committee were Chairperson Agustin Barrera, City resident and Planning Board member; Samantha Fraga-Lopez, Deputy City Manager; Alfredo Riverol, Chief Financial Officer; Suramy Cabrera, Development Services Director; Chief Reo Hatfield, South Miami Police Department; and Ana Gelabert, Gelabert-Sanchez Associates. The non-voting members of the Evaluation Committee were Lisa Thompson, Capital Programs Director/Miami- 3 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Dade County; and Sohrab Shokaree, Assistant Division Chief, Real Estate Development/Miami- Dade County. The technical consultants were Andy Magenheimer, Slack, Johnston, Magenheimer Real Estate Consulting; Barry Abramson, Abramson and Associates; Manual Fernandez Esq. MCarter and English; and Mark Alvarez, Corradino Group. The schedule and process for the Evaluation Committee meeting consisted of a presentation by representativesof the Proposer followed by an extensive question and answer session where the Proposer fielded questions from the Evaluation Committee and the technical consultants. When the Proposer’s question and answer session was completed, the Evaluation Committee had questions for the technical consultants regarding their review of the proposal. At the completion of this process, the Evaluation Committee scored the proposal. The results are summarized below: Respondent Scores & Rank (600 Max) PROPOSER S.Fraga- Lopez A. Riverol S. Cabrera R. Hatfield A. Gelabert A. Barrera SCORES TOTAL 3600 Max 13 Floor Investments 451 360 570 377 355 195 2308 The Evaluation Criteria published in the RFP included a maximum 600 points per evaluator for a maximum total of 3600 points. The Evaluation Committee identified the following issues and concerns as to the proposal: Project Cost & Timeline: Proposer is estimating $30MM for the Civic Improvements portion of the Project.Based on feedback from the technical consultants, the $30MM estimate appears to be low, especially when you project costs 24 to 36 months out based upon the Proposer’s construction budget. In addition, the Proposer is providing a “vanilla” shell building without any related infrastructure. The Proposer acknowledged that there would be additional costs. During the Q & A session, the Proposer confirmed they would be responsible for absorbing cost overruns based on the mutually agreed upon final cost of the project. The construction timeline appears to be unrealistic from breaking ground to finalizing construction for each Phase in 24-months. 4 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Financial Offer and Financing: The proposal presented provides that the City issue a Bond to fund the design and construction of the Civic Improvements and use the revenues generated from: Executed Ground Lease $500,000 Phase 1 - Civic Building Construction - Upfront Rent $2,000,000 Bonds Estimated Interest Revenue @ 3%$1,590,149 Phase 1 - Base Rent $400,000 Phase 1 - Participation Rent $15,957 Phase 1 - Ad Valorem Taxes $350,022 $765,979 Phase 2 - Civic Building Construction - Upfront Rent $2,000,000 Phase 2 - Base Rent $400,000 Phase 2 - Participation Rent $28,329 Phase 2 - Ad Valorem Taxes $350,022 $778,351 The City requested that PFM, the City’s Financial Advisor, complete two preliminary debt service calculations related to a $30 million bond issuance with a 30-year and 35- year term. Issuing a 35-year Bond is a little longer than the typical 30-year amortization. As per PFM, investors will still buy the City’s Bonds, however, at a slight premium in years 31-35. Furthermore, the City would also have to discuss with the rating agencies why the City would use the longer amortization structure and it would be a credit point. With that stated, the City used the calculation on a more traditional amortization schedule of 30-years to help run some projections. Based on a 30 million, 30-year amortization schedule, the average annual debt service would be an estimated $1,780,829. Based on the Financial Offer provided within the proposal, the Annual Recurring Revenue to the City is estimated to be $1,544,330. It is crucial to note, that the above revenues are all contingent on Phase 2 beginning and being completed. Should Phase 2 not break ground or be delayed, the annual debt amount would still be required and without those additional monies from Phase 2, the City would have no choice but to pay the debt using a City funding source. 5 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Parking Spaces: The amount of parking spaces seems to be inadequate for the Project and for use by the City, Police, and Library. Please refer to the “Master Development Plan” that details the parking approach. Parking is allocated for both Daytime (8:00 AM to 5:00 PM) and Nighttime (after 5:00 PM). During Phase 1, a total of 340 spaces will be available on the structured parking garage during Daytime Hours broken down as follows: o Residential 134 Spaces o Retail 41 Spaces o City Hall 90 Spaces o Police 60 Spaces o Library 15 Spaces Phase II, total number of spaces increases to 880 during Daytime Hours broken down as follows: o Residential 610 Spaces o Retail 105 Spaces o City Hall 90 Spaces o Police 60 Spaces o Library 15 Spaces A major concern was the parking space allocated for the City, Police, and Library during Nighttime Hours: o City Hall 9 Spaces o Police 6 Spaces o Library 1 Space The proposal includes an estimated $150 per space fee for the provided parking for the Civic Improvements. The total number of daytime parking spaces is 165 which equates to an annual cost of approximately $297,000 (90+60+15 = 165 X $150 = $24,750 per month = $297,000 annually). Police Building: The proposal does not address if the civic facility will be a “hardened facility,” or building that can withstand a wide range of hazards to continue operations during and after a catastrophic event. The Police operates an Emergency Operations Center usually during hurricane events. 6 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM There appears to be a lack of secured parking spaces and overall, a lack of required parking. The proposal is silent on a temporary detention facility, a “Sally Port,” a staging area for loadouts for police officers and an on-site fuel island. The Proposer advised they assumed the Police would utilize the current fuel island at Public Works. Additional analysis would be required internally to determine if the Public Works fuel island, which is located approximately 3.5 miles away from City Hall in unincorporated Miami-Dade County, is logistically feasible and adequate for use by Police. Loss of Park Space: The Project utilizes the Jean Willis Park site for the development in Phase II. 13 th Floor advised during the Q & A that the Project is considering open space in the development, allocated green spaces and utilization of The Underline. Additional analysis would be required if the Proposer’s plan to replace the loss of Jean Wills Park is in compliance with the City’s one-for-one requirement to replace park land. The RFP Scope stated “a Park site of at least 27,500 square feet shall be provided on the Project Site…” Library Portion of the Civic Site: The Miami-Dade County Capital Programs Director and the Assistant Division Chief/ Real Estate Division provided a written summary, “County Notes,”copy attached, of the Evaluation Committee Meeting regarding the proposed library development as a part of the proposal. The summary statement from Miami-Dade County is below: In summary, though much detail is missing, the Proposal contains a thoughtful approach to the site plan for the Project and if the technical specifications provided by the library are met as plans are developed and the County is an active part of the design review and approval process at all milestones, the design presented would allow for the provision of excellent public services. Further, the County looks forward to receiving more detailed information from the Proposer to further vet and understand the financial model as well as clarification on the above-mentioneditems to provide substantive feedback to the Evaluation Committee. The Evaluation Committee identified the issues and concerns discussed above and felt more analysis and negotiation is required to determine the viability of the overall Project. 7 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Meeting with Technical Consultants: On August 27, 2024, the City Manager and the City Attorneys metwith the Technical Consultants to address the issues and concerns previously raised regarding the proposal during the Evaluation Committee process. . It was the consensus that moving to the next phase of this process may clarify, enhance and finalize the framework of a project that would be viable and beneficial to the city. Question & Answer (Q & A) Session with Proposer: On September 6, 2024, a Q & A Session was held by City staff and the City Attorneys with representatives of the Proposer. The purpose of the meeting was to obtain additional information and address the previously identified issues and concerns. The Proposer acknowledged that additional discussion and analysis with the City would occur during the subsequent phases of the process and contract negotiations. In particular, the negotiation phase, if authorized by the City Commission, will allow the City Manager to address the issues and concerns raised by the Evaluation Committee and technical consultants. The Proposer will be required to provide an additional Cost Recovery deposit in the amount of $250,000 pursuant to the terms of the RFP. There is no guarantee however, the above issues noted by the Evaluation Committee and any others that may arise during the negotiation phase, will be resolved and whether the City and Proposer will finalize an agreement for the Project. Summary Based on the above, my recommendation is that the City Commission select and award the Project to the Proposer and authorize the City Manager to enter into negotiations with the Proposer, including to first determine if the identified issues and concerns can be adequately resolved in a manner acceptable to the parties. If the threshold issues can be addressed and resolved, further negotiations may proceed to finalize an agreement to be presented to the City Commission for consideration and approval. Based on the RFPand the City’s Cone of Silence,the City Commission’s selection and authorization is a prerequisite to initiating discussions and negotiations with the Proposer. ATTACHMENTS:Resolution RFP #CSM2024-08 Resolution #049-24-16164 Mandatory Pre-bid Sign-in Sheet, 6/26/2024 Bid Tabulation Report, 7/19/2024 Section 1.8 & 1.9 Selection Process from the RFP Financial Offer, 13th Floor Proposal $30MM General Obligation Bond Analysis $35MM General Obligation Bond Analysis $30MM Investment Income Based on Draw Down Schedule 8 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Master Development Plan Parking Approach, 13th Floor Proposal Miami-Dade County (Library) Notes Summary 9 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI REQUEST FOR PROPOSALS (RFP) NO. CSM2024-08 SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT City of South Miami Commission Mayor Javier Fernández Vice Mayor Lisa Bonich Commissioner Steve Calle Commissioner Brian Corey Commissioner Josh Liebman City of South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 ISSUE DATE: June 3, 2024 PROPOSAL DUE DATE: July 19, 2024 PROPOSAL DUE TIME: 2:00 P.M. PROPOSAL OPENING TIME: 2:30 P.M. 1 of 139 13 THE CITY OF PLEASANT LIVING TABLE OF CONTENTS Section Page Section 1: Information for Proposers 3 Section 2: Scope of Redevelopment 22 Section 3. Proposal Form Package 29 Section 4: Terms and Conditions 33 ATTACHMENTS Exhibit A. List of Potential Governing Agreements (“Agreements”) Exhibit B. Form of Performance and Payment Bond (if required) Exhibit C. Declaration/Affidavit of Representation 2 of 139 14 SECTION 1. INFORMATION FOR PROPOSERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the “City”) is soliciting proposals from the firms that were determined to be the top-ranked, responsible and qualified proposers pursuant to Request for Qualifications No. CSM2024-01 and Resolution No. 049-24-16154 (the “Request for Qualifications”) for the long-term lease of the City Hall property (the “Project Site”), and its redevelopment, and operation as a profitable, large-scale, multi-component, and first-class mixed- use development featuring a new municipal complex for the SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT (the “Project”). The City’s primary objective in connection with the Project Site is to facilitate the development and construction of the Civic Improvements (as hereinafter defined) and the Developer Improvements (as hereinafter defined) on the Project Site (and/or City approved alternate sites) as part of a harmonious first-class mixed-use development. The Proposer or an affiliate thereof (hereinafter, the “Developer”) shall be responsible for the design and construction of the Civic Improvements and the Developer Improvements pursuant to arrangements to be identified by the Proposer in its submittal in response to the RFP that reflect a transaction structure acceptable to the City. Each Proposer is encouraged to propose such a transaction structure as it believes shall best help the City achieve its goal of financing the construction of the Civic Improvements in such a manner that shall eliminate or minimize the cash outlay by the City for the construction of the Civic Improvements. By way of example, one potential transaction structure could involve a master development agreement(s) and/or one or more ground leases and/or subleases for each component use or phase, including the Civic Improvements and Developer Improvements with a rent structure for parcels that include Developer Improvements. For purposes hereof, the following terms shall have the following meanings: “Civic Improvements” shall mean, collectively, (i) a new City Hall building containing not less than 30,000 square feet of space, (ii) a new police station containing not less than 25,000 square feet of space, (iii) a Miami-Dade County Public Library containing not less than 15,000 square feet of space (to be developed subject to the criteria set forth in Exhibit “C” to this RFP); and (iv) Jean Willis Park, if relocation of the park is proposed. “Developer Improvements” shall mean all improvements that are not Civic Improvements, including such commercial, multifamily and office improvements to be constructed on the Project Site. “Project Improvements” shall mean the Civic Improvements and Developer Improvements collectively. Proposals for the Project must include the provision of all services, design, labor, materials, equipment, and all incidentals necessary, as set forth in Section 2 of this RFP. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this RFP process, but is subject to change by the City, in its sole discretion, at any time during the RFP procurement process. 3 of 139 15 No. Event Date* Time* (EST) 1 Distribution of RFP June 3, 2024 5:00 PM 2 Mandatory Pre-Proposal Conference and Site Visit 6130 Sunset Drive South Miami, FL 33143 June 26, 2024 10:00 AM 3 Deadline to Submit Questions / Requests for Clarification July 8, 2024 10:00 AM 4 City Issues Addenda to Respond to Questions July 12, 2024 10:00 AM 5 Deadline to Submit Sealed Proposals – Submission Deadline July 19, 2024 2:00 P.M. 6 Proposal opening meeting through Zoom at https://zoom.us/j/3056636339 July 19, 2024 2:30 P.M. 7 Review of Proposals by Evaluation Committee August 9, 2024 TBD 8 Oral Presentations before Evaluation Committee (if requested) TBD 9 Recommendation from Evaluation Committee to City Manager August 30, 2024 10 City Manager Issues Recommendation and/or Evaluation of Proposals to City Commission September 3, 2024 7:00 PM 11 Presentations before the City Commission (if requested) TBD 12 Selection and Award to Selected Proposer by City Commission September 17, 2024 7:00 PM 13 Negotiation of Agreement(s) between City Manager and Selected Proposer TBD 14 Award of Agreement(s) at City Commission Meeting TBD 1.3. PROPOSAL DUE DATE. Sealed Proposals must be submitted in a sealed envelope by hand-delivery submitted at the receptionist’s desk located at City Hall located at 6130 Sunset Drive, South Miami, Florida 33143, by 2:00 P.M. E.S.T. on July 19, 2024 (the “Submission Deadline”). 1.4. MANDATORY PRE-PROPOSAL CONFERENCE AND SITE(S) VISIT. A mandatory pre-Proposal conference will be held at 10:00 a.m. on June 26, 2024 at the City Hall Chambers 6130 Sunset Drive, South Miami, FL 33143. Attendance at this conference in 4 of 139 16 person is required in order to submit a Proposal in response to this RFP and for the Project. The conference will also be broadcast via Zoom for members of the Proposer teams to watch, and shall be noticed by the City Clerk. All persons attending the pre-Proposal conference will receive the answers to all questions asked or submitted. A site(s) visit for interested Proposers will occur immediately following the pre-Proposal conference. Prior to submitting a Proposal, each Proposer should visit the Project Site and become familiar with the conditions that may, in any manner, affect the work to be performed by the awarded proposer or the approvals, consents, modifications to governing instruments, releases, closures/vacations, equipment, materials and labor required. The Proposer is also required to examine carefully the Scope of Redevelopment set forth in Section 2 of this RFP and be thoroughly informed regarding any requirements or conditions that may in any manner affect the Project to be implemented under the Agreement(s). No allowances will be made because of lack of knowledge of any conditions or requirements. 1.5. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING PROPOSAL PROCESS. The City will not respond to oral inquiries or questions concerning this RFP. All written inquiries, requests for interpretation or clarification shall be sent to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov Facsimile: (305)669-2636 Any written inquiry or request for interpretation or clarification must be sent by e-mail or written correspondence and received by the City no later than July 8, 2024, at 10:00 a.m. All such interpretations or clarifications will be made in writing in the form of an Addendum to this RFP issued by the City to all known prospective Proposers identified by the Request for Qualifications. Each prospective Proposer shall acknowledge receipt of such Addenda by including it in the Proposal Form. All Addenda shall be a part of this RFP and a part of the Agreements that will govern development of the Project and each Proposer will be bound by such Addenda, whether or not received. It is the responsibility of each prospective Proposer to verify that it has received all Addenda issued before Proposals are submitted and opened. 1.6. SUBMISSION OF PROPOSAL. Sealed Proposals must be submitted in a sealed envelope by hand-delivery submitted at the receptionist’s desk located at City Hall located at 6130 Sunset Drive, South Miami, Florida 33143, by 2:00 P.M. E.S.T. on July 19, 2024 by the Submission Deadline. Sealed Proposals must be clearly labeled with the identity of the individual, firm, partnership, or corporation under the same name as identified in the Request for Qualifications, must be marked as “Proposal to City of South Miami, RFP No. CSM 2024-08, South Miami City Hall Redevelopment” and addressed to: Steven P. Kulick 5 of 139 17 City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov Sealed Proposals must contain all of the following materials: One (1) original sealed proposal; Ten (10) bound paper copies of the sealed proposal; and One (1) readable and reproducible flash drive that contains the entire sealed proposal. Proposals shall be typed or printed in ink. All blanks on the Proposal form(s) must be completed. Names must be typed or printed below the signature. Proposals submitted by facsimile and/or email will not be accepted. The Proposal must be signed by an authorized officer of the Proposer who is legally authorized to bind the Proposer and enter into a contractual relationship in the name of the Proposer. The submittal of a Proposal by a Proposer will be considered by the City as constituting an offer by the Proposer to implement the Project, upon the terms and at the prices stated by the Proposer. THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A PROPOSAL TO THE CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE PROPOSER. THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF PROPOSALS. THE CITY RESERVES THE RIGHT TO WAIVE MINOR IRREGULARITIES IN ITS SOLE DISCRETION AND AS GENERALLY ALLOWED BY LAW. THE CITY WILL NOT ACCEPT, AND SHALL NOT CONSIDER, PROPOSALS SENT VIA FACSIMILE AND/OR EMAIL. Sealed Proposals will be publicly opened through video conferencing using the Zoom platform. Members of the public are invited to view the Proposal opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the Proposal opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Only one (1) Proposal from any individual, firm, partnership, or corporation, under the same name as identified in the Request for Qualifications, will be considered. If the City determines that any Proposer has interest in more than one (1) Proposal for the Project contemplated, all proposals in which such Proposer’s interested shall be rejected. By submitting this Proposal, Proposer certifies that this Proposal is made without previous understanding, contract, or connection with any person, firm, or corporation making a Proposal for this RFP, and Proposer’s participation is in all respects fair and without collusion or fraud. Pre-qualified Proposer(s) qualified pursuant to Request for Qualifications No. CSM2024-01 and Resolution No. 049-24-16154 may cooperate and submit one Proposal jointly. 1.7. PROPOSAL REQUIREMENTS & FORMAT. 6 of 139 18 Each Proposer must present its proposal, including its Master Development Plan, financial offer, financing strategy, anticipated development timeline, and maintenance and operation plan in a clear and concise manner that demonstrates the Proposer’s concept for the Project. The emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the Project. Proposals MUST include the following: 1.7.1. Executive Summary and Overall Approach. 1.7.1.1. Title Page. Include a title page titled “Proposal to City of South Miami, RFP No. CSM2024-08, South Miami City Hall Redevelopment Project,” together with all information identifying the Proposer, including the Proposer’s name, address, telephone number, e-mail address, and date. 1.7.1.2. Table of Contents: Include a clear identification of the Proposal’s materials by section and page number. 1.7.1.3. Executive Summary. Briefly introduce the Proposer; the Proposer’s commitment to the City; the Proposer’s understanding of the City’s development vision and goals for the Project; the Proposer’s understanding of the Project throughout each anticipated Project phase; and the elements of the Proposal, including any unique aspects of the Proposal. The executive summary shall be signed by the party authorized to negotiate terms, render binding decisions, and commit the Proposer’s resources and make a positive commitment to design, construct, develop, and operate and manage the Project in accordance with the terms of the Proposal being submitted. The Executive Summary shall not exceed one (1) page, single -spaced, in Times New Roman font size 12 or equivalent font typeface and size. 1.7.2. Master Development Plan. Proposals submitted in response to this RFP must include a Master Development Plan for the Project. The Master Development Plan must demonstrate the Proposer’s understanding of the City’s development vision and goals for the Project, familiarity with the Project Site and the neighboring community, and extensive knowledge and experience in implementing similar projects. The Master Development Plan must include the following components: A. Summary and Overall Approach. 1. A summary describing the proposed Master Development Plan and the Proposer’s general approach to planning, design, developing, constructing, maintaining, operating, and managing the proposed Project. The summary must also include an explanation of why the proposed development is the highest and best use of the Project Site and the method used in making that determination. 2. A description of the overall proposed Master Development Plan. The Master Development Plan shall include a description of the Proposer’s concept for the entire Project Site and the approximate square footage to be included in each component. B. Planning and Site Plan Approach. 7 of 139 19 1. Proposers must include a conceptual site plan of the Project Site, including all required components of the Project (as provided under Section 2 herein). In particular, conceptual site plans must identify and indicate the phasing plan for each component phase of the Project, the location of the proposed building(s), amenities, and other structures and features, including vehicular and pedestrian access points, roadways, sidewalks, open areas, landscaping, etc. Additionally, Proposers must include elevations, floor plans, landscape plans, and renderings of the proposed Project development that emphasizes and illustrates the key components of the proposed Project in the conceptual site plan. If development is proposed in phases, Proposers should clearly identify each phase either on the conceptual site plan or as a separate phasing plan. The proposal shall provide for two scenarios: (i) a scenario with a maximum height of 15 stories; and (ii) a scenario with a maximum height of 18 stories. 2. An explanation of how the Project complies with zoning requirements and/or zoning changes and land use changes that will be pursued by the Proposer if awarded an Agreement(s) pursuant to this RFP. Proposals that require rezonings and land use changes to the Project Site should weigh their proposed changes for compatibility with the City’s Comprehensive Plan and the surrounding neighborhood. 3. A description of the entitlements (including but not limited to zoning approvals, subdivision approvals, environmental permitting, releases, building permitting and any significant operating licenses) required by the proposed Project, how the Proposer will pursue said entitlements, and a timeline for obtaining said entitlements. 4. A Project table for each component phase with gross and net floor area proposed for each use, including residential (which if proposed, must include a minimum of 10% of the dwelling units as workforce housing), retail, office, medical, lodging, and civic as provided in Section 2, etc. 5. At a minimum, the Proposal shall provide for the following Civic Improvements and uses with the minimum following net floor area, either on the Project Site or at an alternate location identified and secured by the Proposer subject to the consent and approval of the City: (1) a 30,000 square foot City Hall component; (2) a 25,000 square foot Police Station component; (3) a 15,000 square foot Miami-Dade County Library component, the location of which is also subject to County approval if not on the Project Site, and is to be developed subject to the criteria set forth in Exhibit “C” to this RFP; and (4) a 27,500 square foot park component in the current location of Jean Willis Park or at an alternate location on the Project Site adjacent to the Miami-Dade County future park commonly referred to as “The Underline.” The Project may provide any other uses, residential density, and floor area as may be permitted under the City’s land development code, as may be amended consistent with the changes contemplated by the City Commission and described in section 2.2 of this RFP, and shall provide adequate parking. 6. A detailed description of each development component, including Civic Improvements, Developer Improvements, and residential density (if applicable) 8 of 139 20 and gross and net floor area proposed for each use within the component. Proposers may propose uses that are not currently permitted on the Project Site, but must clearly identify how the proposed use is compatible and how the Proposer will obtain the necessary approvals to implement the proposed use. 7. Detailed plan to preserve and incorporate the City’s historic Sylva Martin Building into the overall development scheme or providing for relocation of the building to a suitable location, subject to the consent and approval of the City. The City’s preference is for the Sylva Martin Building to be relocated to Jean Willis Park, either in the park’s present location or on a new location adjacent to the Underline, or to the Underline park itself, and that the Proposer provide a plan for reactivation of the building as an integral component of the park. 8. Identification of 10% of any residential component as workforce housing. Any potential structure shall prioritize rental by City employees of workforce units and Hometown Hero housing. Workforce housing units shall be distributed among unit types in an equal proportion to the proportion of unit types in the overall development. By way of example, where a 100-unit building is comprised of 60 1-bedroom units and 40 2-bedroom units, and ten units are designated for Workforce Housing, the ten units shall consist of six 1-bedroom units and four 2-bedroom units. C. Public Areas Approach 1. Development plan for the public areas of the Project that incorporates, at minimum: a. Identification of the location for Jean Willis Park, which if relocated shall be adjacent to the Miami-Dade County future park commonly referred to as “The Underline.” Also include park design and amenities, and proposed tree protection and relocation parameters that address the City’s preference for preservation of existing canopy onsite or at any relocated site. b. Enhancements and locations of pedestrian interconnectivity to public transit and the City’s Town Center. c. Placemaking enhancements to rights-of-way, and a description of the degree to which such placemaking enhancements are consistent with, or depart from, the City’s placemaking design efforts. d. Other public amenities, if any, such as plazas, paseos, public art, bicycle storage and supporting services, and required infrastructure. e. Relationship of site design to Sunset Drive and the Underline Project. D. Common Area Approach. 1. Development plan for common areas of the Project that incorporates, at a minimum: a. Security systems, cameras, and license plate readers. b. Impact windows and doors. 9 of 139 21 c. High efficiency lighting systems. d. Outdoor recreational elements, especially walking paths, bike paths, playgrounds, pavilions, and/or other similar elements. Interconnectivity with the proposed Underline Project is highly encouraged. e. Elevators. f. Motion sensor exterior lights. g. Gated parking areas with key fob entry or card entry sheltered from the elements for residential uses (if necessary) h. 24/7 staffed security guard houses, preferably located at resident vehicle entry points (if provided) i. Back-up Generators. j. Maximum amount of vegetation, trees and shaded areas as feasibly possible. k. Waste disposal facilities. 2. Development plan for parking that provides, at a minimum: 1. At least 90 parking spaces for the City Hall component; 2. At least 60 parking spaces for the Police Station component; 3. At least 15 parking spaces for the Library component; 4. Bicycle parking. Proposers may provide for additional parking over the minimums set forth above. Adequate parking in accordance with the City’s Land Development Code must also be provided for each proposed use. Parking design and layouts should not be featured as a focal point of the Project and should instead emphasize the Project’s walkability, livability, and pedestrian-friendliness. Additionally, parking layouts should not detract from the architectural design approach for the Project. E. Architectural Design Approach. 1. Architectural design that is both aesthetically appealing, and that intentionally integrates with the street and neighborhood to promote and foster a livable, pedestrian-friendly, walkable, healthy, and vibrant community. The architectural design approach should exemplify excellence, creativity, and innovation in the architectural and site design of the Project, with a layout that maximizes the use of the Project Site and provides for efficient vehicular and pedestrian site access while minimizing conflicts with the road network of the surrounding area. 2. Amenities that will be attractive and beneficial to the residents and/or users of the Project and the neighboring community. 3. Explanation of the energy efficiency, sustainability, and resiliency features to be included in the Project, including the energy efficient standards met (e.g. LEED, Green Globes, etc.), which at a minimum meet the requirements of the City’s Land Development Code. 4. Explanation of the Project’s compliance with the City’s Art in Public Places requirements. 10 of 139 22 F. Infrastructure Approach 1. Identification of existing infrastructure and modifications needed to accommodate the Project, both on the Project Site and within any surrounding rights-of-way. 2. Identification and proposed location for new or modified infrastructure. 3. Anticipated timing and construction approach to making infrastructure modifications. G. Management and Operation Approach. 1. Management plan for the Project, including but not limited to long-term upkeep, general maintenance, provision of utilities, maximizing rental of floor area, and other related services for management of the Project Site. Please include any information on a third-party management firm, if applicable. A Project management approach narrative should be included describing: a. Approach to leading the Project Team through Project administration b. Day-to-day Project management and reporting c. Design management d. Document management e. Contract management f. Change management g. Quality control/quality assurance h. Risk management i. Operations j. Any other areas that the Proposer believes may be of interest to the City. 2. Identify the quality control procedures and mechanisms that will be implemented for the proposed Project and an analysis of the Proposer’s quality control procedures for previous projects. 1.7.3. Financial Offer. Proposals must provide for a Financial Offer to the City for the long- term ground lease(s), development, and operation of the Project. The Financial Offer shall include and identify (i) all base rent payments under ground lease(s), and any component leases, to the City (with annual increases and periodic adjustments for market conditions), and (ii) any additional consideration payable to the City as an inducement to award and enter into an Agreement(s) with the Proposer. Additional consideration may include without limitation any proposed revenue sharing and parking revenue sharing plans, detailing the Proposer’s proposed revenue sharing structure with the City at the initiation of the Project and/or during the course of the Project’s operation and management phase. Please provide details of all base rent payments under ground lease(s) to the City and any component leases, and all proposed revenues to be shared with or paid to the City, and when and how revenues will be issued to the City. The City will give due consideration to the ability of the finished structures and management to produce revenue on an ongoing basis. The Financial 11 of 139 23 Offer shall provide for the following for each of the two development scenarios (a maximum height of 15 stories, and a maximum height of 18 stories): 1.7.3.1. Annual base rent payments to the City pursuant to ground lease(s) and any component leases on a triple net basis for the Project Site for the unencumbered Development Improvement parcel(s) at the commencement of the ground lease terms, together with proposed annual rent increases, and periodic base rent adjustments for market conditions. 1.7.3.2. Whether the Proposer will provide for a share of revenues/netcash flow payments to the City, including, but not limited to retail and parking revenues, and when and how such revenue sharing payments will be made to the City. 1.7.3.3. If any stabilization or grace period is proposed prior to payment of annual ground lease payments and/or revenue sharing payments. 1.7.3.4. Whether the Proposer will provide the City with any other compensation structure, benefit or payments. 1.7.3.5. The total monetary value of the proposed Project Improvements (Civic Improvements and Developer Improvements) provided to the City. Please be advised that the total monetary value (cash and/or improvements) received by the City as a part of the Proposal must be equal to or greater than the value of the Project Site as determined by an independent property appraiser selected by the City. 1.7.4. Finance Plan. Proposals must provide for a Finance Plan for the development of the Project, and each component phase, and all Project Improvements. The Finance Plan must address the Proposer’s Financing and Budgeting Approach for the Project and Project Improvements, and the Proposer’s Financial Strength and Capacity. A. Financing and Budgeting Approach. Financing/budget plan for the Project that includes the full cost of design, construction, and management and operation activities. The City will consider proposals utilizing a variety of financing methods for the Project, including but not limited to conventional financing, direct investment by third parties, public-private partnerships, and/or such other feasible financing methods. City may, at its sole discretion, work and cooperate in financial efforts by the selected Proposer to identify and secure Project funding. It is the City’ goal and intent to have the Project Improvements funded solely and independently by the selected Proposer with no contributions or out-of-pocket payments by the City. Proposers may submit proposals that include options to raise funds to support the Project, if desired. City reserves the right to reject any submittal that may not be budgeted or capable of being independently funded. The Financing/Budget Plan should include: 1. Information pertaining to the financing strategy and proposed methods that will be utilized to identify and obtain the maximum funding required to design, construct, and manage and operate the Project and Project Improvements. Please specify the estimated amount of funding needed for completion for each 12 of 139 24 component phase of the Project proposed (specify for each of the Civic Improvements and Developer Improvements, the source of the funding, and how the funds will be secured by the Proposer. 2. Information regarding the Proposer’s approach to managing financial risk associated with the Project. The Proposer should explain if it anticipates that tariffs, lower than anticipated equity prices, construction prices, or permanent loan interest rate increases will impact the design, finishes, amenities, or other anticipated fifteen (15) year operating projections. Describe any procedures or analysis that is performed to project these concerns and how they would be addressed. The proposed financing of the Project and Project Improvements may not allow for cross-collateralization or cross-defaulting with any other property, project, or other assets. 3. A description of any new, innovative, and/or other opportunity financing technique that may be utilized or of interest to City to further support and fund the Project and Project Improvements. 4. Explanation of the Proposer’s understanding of state and local requirements and procedures that will enable necessary equity to be raised to sufficiently fund the Project and Project Improvements. 5. Information regarding the Proposer’s guarantee of obligations, including guarantee of payment and performance obligations, completion of all Project Improvements, and all financial obligations due the City under the Agreement(s). B. Financial Strength and Capacity. a. Evidence of Financial Ability, Capacity and Strngth. The Proposer shall submit evidence of financial ability, capacity and strength to complete all obligations under the Agreement(s), including, but not limited to, all obligations to the City under the Agreement(s), performance and completion of all Project Improvements, and the attainment and satisfaction of all financing and lender obligations and payments. Proposer shall provide (i) information on financial and lending relationships, including past borrowing capacity and history on other similar projects or projects with similar financial strategies as proposed, and (ii) letter(s) of commitment demonstrating financial soundness and relationships with financial lenders or equity sources. b. Financial Statements. Financial Statements may be required by the City of a Selected Proposer(s) at the time of negotiations, in the City’s sole discretion. If so required by the City, the Proposer shall submit Financial Statements for the three (3) most recently completed fiscal years The Financial Statements must include an Opinion Letter, a Balance Sheet, an Income Statement and a Statement of Changes in Cash Flow. Financial Statements must be prepared in accordance with US Generally Accepted Accounting Principles (USGAAP) or International Financial Reporting Standards (IFRS). The Financial Statements must be audited by an independent party qualified to render audit opinions. If 13 of 139 25 -- audited statements are not available, the Selected Proposer shall include unaudited Financial Statements, certified as true, correct and accurate by the chief executive, chief financial officer or treasure (or equivalent) of the entity. c. Insurance Certificates. Proposer shall provide certificates of insurance demonstrating ability and capacity for compliance with the minimum requirements set forth under Section 4 of this solicitation, including but not limited to: i. Commercial General Liability; ii. Workers Compensation & Employer’s Liability; iii. Business Automobile Liability; and iv. Professional Liability. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE AND/OR ADDITIONAL COVERAGES, IN ITS SOLE DISCRETION. C. Project Schedule Plan. Each Proposal must include a Project implementation schedule. The Project schedule must: A. Provide a realistic, detailed Project schedule for the development of each component phase of the Project Improvements, from award of Agreement(s) to issuance of the last Certificate of Occupancy, identifying key tasks and duration of each. B. At a minimum, the Project schedule must contain the following key tasks for development of each component phase of the Project Improvements, if applicable (specify the proposed duration of each task in number of months from award of the Agreement(s) until completion of each component phase or task.): 1. Time period from award of Agreement(s) until completion of design; 2. Time period from award of Agreement(s) until commencement of construction; and 3. Time period from award of Agreement(s) until issuance of Certificate of Occupancy or Certificate of Completion C. Provide for development of the Project Site and Project Improvements in an expeditious manner that complies with all requirements necessary to ensure a safe and sound development. D. Measures to mitigate any disruption to existing City facilities, and/or other public and/or private operations and facilities. Mitigation measures shall include the provision of temporary facilities to ensure seamless and ongoing City operations during development and construction of the Project Improvements, and, ultimately shall be approved in writing by the City prior to commencement of any work that may impact City and/or public and/or private operations and/or facilities. Note: Proposers are cautioned to be realistic in proposing the above-described time periods as this information will be relied upon in evaluating proposals and in establishing the Project schedule. The Agreement(s) resulting from this RFP will 14 of 139 26 include damages for failing to complete the key tasks included in the Project schedule. D. Proposal Form Package. Proposer shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Proposal Package: Form 1. Proposal Form Package Acknowledgement. Form 2. Cost Recovery Agreement E. Special Consideration. Describe any special resources that Proposer or Proposer’s personnel assigned to develop, operate, and maintain the Project may bring or in-house expertise in technical areas, which will specifically benefit the City. Not to exceed three (3) pages in 12 point Times New Roman (or equivalent) font and single-spaced. Excess pages will be removed prior to submission to the Evaluation Committee. 1.7.5. Cost Recovery. Proposer shall submit a cost recovery deposit of $25,000 to cover the City’s costs of administering this RFP, including but not limited to costs of professionals used by the City to evaluate the RFP and advise the City Manager or City Commission. The cost recovery deposit shall be non-refundable. By submitting its proposal, Proposer acknowledges and agrees that it shall be required to submit an additional cost recovery deposit in an amount to be determined by the City Manager, but in no event less than $250,000, if selected for the award, to be applied to the City’s costs incurred in connection with evaluating and implementing the award. Such cost recovery deposit shall be due prior to negotiations and shall be replenished as necessary. 1.8. EVALUATION CRITERIA. Award shall be made to the responsive Proposer(s) (i.e. in compliance with the requirements and criteria of the RFP) whose Proposal is determined to be the most advantageous to the City and in the City’s best interest. Proposals will be evaluated according to the following criteria and respective weight: Evaluation Criteria Maximum Points Master Development Plan An evaluation of the overall Master Development Plan and each component phase of the Master Development Plan, considering the City’s development vision and goals for the Project. 200 Total Overall Approach 20 Planning and Site Plan Approach – Civic Improvements 50 Planning and Site Plan Approach – Developer Improvements 50 Public Areas Approach 30 Common Areas Approach 10 Architectural Design Approach 50 Infrastructure Approach 15 Management and Operations Approach 25 15 of 139 27 Financial Offer and Finance Plan 200 Total Financial Offer 150 Base Rent, annual increases and periodic adjustments Revenue Sharing Other Compensation, benefits Overall Finance Plan An evaluation of the Proposer’s financial strength, capacity, and the Finance Plan 50 Project Schedule Evaluation of the proposed Project implementation schedule for all component phases of the Project (Civic Improvements and Developer Improvements) taking into account the timeline for completion, the feasibility of the Project implementation schedule, and the method of ensuring Project implementation in a manner that complies with all safety requirements and causes minimal disruption to the community and City facilities. 100 Total Total Possible Points 500 1.9 SELECTION PROCESS 1.9.1 Phase 1: Staff Level Review for Compliance with Minimum Requirements. City Staff and consultants shall review and evaluate the Proposals submitted to ensure the minimum criteria and requirements of the RFP have been met. The City Manager or designee may reject those Proposals that do not meet the minimum requirements of the RFP. 1.9.2 Phase 2: Evaluation Committee Review. The City Manager or City Manager’s designee will appoint an Evaluation Committee, ratified by the City Commission, to review and evaluate the responsive Proposals (i.e. those Proposals that are in compliance with the requirements and criteria of the RFP) during a public meeting (the City will provide instructions on how to participate and access the meeting). The Evaluation Committee reserves the right to request additional information or seek clarifications as it deems necessary. Failure to comply with any mandatory requirements may disqualify a proposal. The Evaluation Committee reserves the right to conduct interviews or require presentations prior to finally ranking the Proposals. The Evaluation Committee shall rank the responsive Proposals in terms of their relative advantage to the City and the City’s best interest, based on the evaluation criteria set forth above. The Evaluation Committee shall be advised by the City Attorney and the City’s special legal counsel, special financial advisor, and property appraiser. 1.9.3 Phase 3 (if requested by Evaluation Committee): Oral Presentations. The Evaluation Committee may call Proposers for oral presentations before the Evaluation Committee regarding their Proposal, Project approach, and the ability to furnish all aspects required for implementation of the Project. All Prime Consultants and subconsultants in each Project team shall be present at 16 of 139 28 the assigned time for a 20-minute presentation followed by up to a 10-minute question-and- answer session. The Proposers are encouraged to be represented only by the Lead/Project Manager and the staff identified in the Proposal. Additional details on the oral presentations may be provided to the Proposers. If oral presentations are requested by the Evaluation Committee, the oral presentation will be worth an additional 100 points. The City will notify the Proposers where the oral presentations, if any, will be conducted and whether the Proposers may appear virtually or must appear in person. The Evaluation Committee shall rank the Proposers and provide its written recommendations to the City Manager. 1.9.4 Recommendation to City Commission. After the Evaluation Committee evaluates and ranks the Responsible Proposers, the City Manager shall review, evaluate, and present a recommendation to the City Commission for selection and award of a Proposer(s) and Proposal, or rejection of all proposals at a City Commission meeting, taking into consideration the recommendations of the Evaluation Committee. If the City Manager issues a recommendation for selection of a responsive Proposer and Proposal, the recommendation shall recommend selection of the Proposer and Proposal that the City Manager determines is the most advantageous to the City and in the City’s best interest. The City Manager’s recommendation shall be provided to the City Commission together with the Evaluation Committee’s rankings and recommendations. 1.9.5 Phase 4: City Commission Presentation (if requested). The City Commission may call Proposers for oral presentations before the City Commission regarding their Proposal, Project approach, the ability to furnish all aspects required for implementation of the Project, and such other factors determined by the City Commission to be necessary to determine the responsive Proposer who submitted the Proposal that is the most advantageous to the City and in the City’s best interest. The City Commission may request oral presentations from the Proposers, provided, however, that nothing herein shall be construed to restrict the City Commission’s ability to request presentations from any and/or all Proposers. If oral presentations are requested by the City Commission, instructions governing the presentation shall be provided to the Proposers select ed to provide oral presentations. 1.9.6 Phase 5: City Commission Meeting to Select Responsible Proposer. The City Commission may select the Proposal from the responsive Proposer(s) that it determines is compliant with the criteria and requirements of this RFP, and is the most advantageous to the City and in the City’s best interest, taking into consideration all aspects of each Proposer’s Proposal, including oral presentations, if requested. 1.9.7 Phase 6: City Manager Negotiation of Agreement(s): After selection of the Proposer(s) by the City Commission, the City Manager and/or designee(s) shall negotiate such Agreement(s) with the selected Proposer(s) that are necessary to fully implement all aspects of the Project . The City Manager shall negotiate Agreement(s) that incorporate the major terms and conditions contained in this RFP and all aspects of the Proposer(s) Proposal, including the Proposer(s) Financial Offer, that the City Manager, in his/her sole discretion, determines is fair, competitive, and reasonable. Any award and execution of agreement(s) shall be subject to approval by the City Attorney as to form, content, and legal sufficiency. Should the City Manager be unable to negotiate satisfactory agreements with the Selected Proposer, the City Manager shall terminate negotiations with the Selected Proposer, and the City Commission shall have the right to cancel the RFP process or select and award the Agreement(s) to a qualified Proposer pursuant to the process in Section 17 of 139 29 1.9.6, in its sole discretion, and authorize the City Manager to negotiate Agreement(s) with the next Selected Proposer. The City anticipates entering into the Agreement(s) listed in Exhibit “A” with the selected Proposer. 1.9.8 Phase 7. City Commission Meeting to Award and Approve Agreement(s). Upon reaching mutually agreeable terms with the selected Proposer(s), the Agreement(s) negotiated with the selected Proposer(s) shall be presented to the City Commission for final approval. 1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES The City reserves the right to: 1.9.1. Reject any or all proposals which is in any way incomplete or irregular, reissue the entire solicitation, or enter into contracts with more than one Proposer; 1.9.2. Utilize the services of one or more technical experts to assist in the evaluation of any aspect of the proposals received in response to the RFP at any stage of the RFP, and to negotiate and draft Agreement(s); 1.9.3. Accept or reject any and/or all Proposals or parts of Proposals; 1.9.4. Workshop or negotiate any and all Proposals; 1.9.5. Select and award Proposer(s) for all or any portion of the Project 1.9.6. Waive irregularities in any Proposal; 1.9.7. Cancel or discontinue this RFP process; 1.9.8. Request new Proposals for implementation of the Project; and 1.9.9. Short list Proposers and conduct personal interviews or require presentations by any or all Proposers prior to ranking, or at any time during the evaluation process, or at any duly noticed City Commission Meeting where selection and award is made. All materials submitted in response to this Request for Proposals become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Proposal or responses to the RFP, whether amended or not, and selection or rejection of Proposal does not affect this right. The City Commission shall make the final determination and award of the Project to the selected Proposer(s) based on their Proposal(s), subject to negotiation and approval of Agreements. All costs of preparing the Proposal and participating in the RFP shall be borne by each Proposer. 1.10. CODE OF ETHICS PROVISIONS. 1.10.1. Cone of Silence. The provisions of City’s Cone of Silence are applicable to this RFP. The City’s Cone of Silence 18 of 139 30 provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding the Cone of Silence may be sent to: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov The Cone of Silence as used herein means a prohibition of any communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or invitation/request for Proposal, between a potential vendor, service provider, proposer or Proposer (hereinafter referred to as the "potential Proposer"), or agent, representative, lobbyist or consultant for the potential Proposer; (hereinafter referred to as the "Proposer's representative"); and (i) Members of the City Commission; or (ii) City's professional staff; or (iii)Any member of the City's selection, evaluation or negotiation committee. The provisions of the Cone of Silence shall not apply to: (i) Communications at a duly noticed pre-Proposal conferences or at any duly noticed public selection or negotiation committee meeting or duly noticed public City commission meeting at which the City Manager has placed the subject of the solicitation on the agenda; (ii) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract negotiation strategy sessions in compliance with the exemption in F.S. § 286.0113; (iii)Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the selection or negotiation committee meetings; (iv) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City clerk by the potential Proposer or Proposer's representative. The City clerk shall make copies available to any person upon request; (v) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's purchasing agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (vi) Communications with the City attorney and his or her staff; (vii) Communications during any duly noticed site visits to determine the competency and responsibleness of Proposers regarding a particular Proposal during the time period 19 of 139 31 between the opening of proposals and the time the City Manager makes a written recommendation; (viii) Any emergency procurement of goods or services pursuant to City code; (ix) Responses to a request made by the City's purchasing agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (x) Communications prior to Proposal opening between City's professional staff and potential Proposers and/or Proposer's representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a potential Proposers and/or Proposer's representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. 1.10.2. Lobbying Prohibited. All potential Proposers and their agents who intend to submit, or who submitted, a Proposal or response to this solicitation, are prohibited from lobbying, individually or collectively, any City Commissioner, candidate for City Commissioner, or any employee of the City in connection with this solicitation. The term "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision-making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Procurement Division, which is for the purpose of obtaining additional or clarifying information or as otherwise provided for in the City’s Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section 8A-5(c)(9), of the City Code of Ordinances and completing Attachment B to this RFP. Any person who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist. All Proposers are strongly encouraged to review Section 8A-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk. 20 of 139 32 END OF SECTION 1 21 of 139 33 SECTION 2. SCOPE OF REDEVELOPMENT 2.1. PROJECT BACKGROUND AND DEVELOPMENT GOALS The City of South Miami (the “City”) is centrally located in Miami-Dade County and is closely located to important countywide resources, including the South Miami Metrorail Station, South Miami Hospital, Sunset Place, the University of Miami, and other major commercial and governmental assets. In order to revitalize the City’s downtown area, the City is seeking qualifications from experienced Proposers that are able and willing to redevelop South Miami City Hall with a profitable, large-scale, multi-component, first-class mixed-use development (the “Project”) at the approximately 195,455 square foot property located at 6130 Sunset Drive (the “Project Site”). The City’s primary objective in connection with the Project Site is to facilitate the development and construction of the Civic Improvements (as hereinafter defined) and the Developer Improvements (as hereinafter defined) on the Project Site (and/or City approved alternate sites) as part of a harmonious first-class mixed-use development. The Proposer or an affiliate thereof (hereinafter, the “Developer”) shall be responsible for the design and construction of the Civic Improvements and the Developer Improvements pursuant to arrangements to be identified by the Proposer in its submittal in response to the RFP that reflect a transaction structure acceptab le to the City. Each Proposer is encouraged to propose such a transaction structure as it believes shall best help the City achieve its goal of financing the construction of the Civic Improvements in such a manner that shall eliminate or minimize the cash outlay by the City for the construction of the Civic Improvements. By way of example, one potential transaction structure could involve a master development agreement(s) and/or one or more ground leases and/or subleases for each component use or phase, including the Civic Improvements and Developer Improvements with a rent structure for parcels that include Developer Improvements. For purposes hereof, the following terms shall have the following meanings: “Civic Improvements” shall mean, collectively, (i) a new City Hall building containing not less than 30,000 square feet of space, (ii) a new police station containing not less than 25,000 square feet of space, (iii) a Miami-Dade County Public Library (to be developed subject to the criteria set forth in Exhibit “C” to this RFP) containing not less than 15,000 square feet of space; and (iv) Jean Willis Park, if relocation of the park is proposed. “Developer Improvements” shall mean all improvements that are not Civic Improvements, including such commercial, multifamily and office improvements to be constructed on the Project Site. “Project Improvements” shall mean the Civic Improvements and Developer Improvements collectively. Specifically, the City is seeking proposals by proposers that possess the technical expertise, experience, financial capacity, and such other qualifications necessary, to implement the Project consisting of the following components: A. Civic Improvements. Develop the Project and identify Civic Improvements 22 of 139 34 which shall include a new (1) City Hall that is at least 30,000 square feet; (2) City Police Station that is at least 25,000 square feet; (3) Miami-Dade County Public Library, that is at least 15,000 square feet in size and within 0.25 miles of the South Miami Metrorail Station, and is to be developed subject to the criteria set forth in Exhibit “C” to this RFP; and (4) a 27,500 square foot park component in the current location of Jean Willis Park or at an alternate location on the Project Site adjacent to the Miami-Dade County future park commonly referred to as “The Underline.” Note that Successful Proposers must be aware of the restrictions and requirements of the Interlocal Agreement between the City and Miami-Dade County governing the redevelopment or relocation of the Miami-Dade County Public Library currently located on the Project Site. Alternate development locations of the City Hall, City Police Station and Park Site components are subject to approval by the City, in its sole discretion. The same alternate location for the Miami-Dade County Library may also be proposed, provided that the proposed location is within 0.25 miles of the South Miami Metrorail Station and Miami Dade -County and the City approve the proposed location, which approval shall b e at the sole discretion of Miami-Dade County and the City. B. Developer Improvements. Construction of a first-class mixed-use development on the Project Site that incorporates transit-oriented development principles to build upon the transit and civic infrastructure of the area. In addition to the required components in Sec. 2.1 above, the mix of uses to be featured may include, but is not limited to, residential (which if proposed, must include a minimum of 10% of the dwelling units as workforce housing), retail, office, medical, lodging, and other land uses. In determining what mix of uses to propose, developers are encouraged to consider the highest and best use for the Project and the feasibility of uses under prevailing market conditions. C. Parking. Provide parking, which should be designed to accommodate a minimum of 90 parking spaces for City Hall, 60 parking spaces for the City Police Station, and 15 parking spaces for the Miami-Dade County Public Library, on the same site as the Civic Improvements. Sufficient parking necessary to support the Developer Improvements, including residential, retail, office, medical, lodging, and other land use components proposed for the Project shall also be provided in accordance with the City’s land development regulation requirements. Parking provided to support non-governmental Developer Improvements may be adjusted based on the proximity to existing mass transit assets. D. Preserve the historic Sylva parkingartin Building or historic features of the building. Proposers may incorporate and preserve the historic Sylva Martin Building or historic features of the building into the overall development scheme or provide for the safe and secure relocation of the building to a suitable location, subject to the consent and approval of the City in its sole discretion. The City’s preference is for the Sylva Martin Building to be relocated to Jean Willis Park, either in the park’s present location or on a new location adjacent to the Underline, or to the Underline park itself, and that the Proposer provide a plan for reactivation of the building as an integral component of the park. E. Provide competitive revenue streams to the City in the form of ground lease payments, revenue sharing arrangements, or other compensation structures or benefits. Additional parcels may be incorporated into the overall development of the Project in order to maximize available revenue streams to the City. 23 of 139 35 F. Improve transit connections to the Project Site, especially by improving site accessibility to the South Miami Metrorail Station. Additional parcels of property that are contiguous to the Project Site or which connect the Project Site to the South Miami Metrorail Station may be incorporated into the overall development of the Project to improve transit connections. G. Improve connectivity to the City’s Town Center. H. A Park site of at least 27,500 square feet shall be provided on the Project Site. Relocation of the existing Jean Willis Park currently located on property designated as Property Folio No. 09 -4036-025-0170 may be proposed at an alternate location adjacent to the Miami -Dade County future park commonly referred to as “The Underline.” The City’s preference is to preserve the existing canopy onsite or at any relocated site. Accordingly, any alternate location for Jean Willis Park should address relocation of existing trees. 2.2. PROJECT SITE The City Hall Site consists of two (2) parcels located at 6130 Sunset Drive (Property Folio Nos. 09-4036-025-0170 and 09-4036-000-0030). The Miami-Dade County Library parcel (09-4036- 026-0031) is also a part of the Project Site, subject to Miami-Dade County and the City entering into an interlocal agreement. The parcels are graphically depicted below. 24 of 139 36 The Project Site land area (including the MDC library parcel) is 195,455 square feet. The future land use map designation of the property is Public and Institutional and the property is zoned Public/Institutional. Land Use Public and Institutional Zoning Public/Institutional Site Square Footage 195,455 Acreage 4.48 The City Commission is currently contemplating changes to the future land use and zoning that would render the Project Site Transit Supportive Development District (TSDD) – Core, which would permit a base height of eight (8) stories with bonuses to allow a maximum of 15 stories, and a residential density of 150 units per acre. All Proposals submitted shall adhere to the maximum stories and residential density, as contemplated. The Civic Improvements may be used to attain bonuses and allow for incremental increases in height. The Proposer shall submit an alternate scenario with a maximum height of 18 stories for the Project, and shall include comparison figures to demonstrate the impact, if any, of the additional height on the Financial Offer. Please note, that although the City Commission is contemplating these changes, the Successful Proposer(s) shall ultimately be solely responsible for receiving all development approvals necessary for the development of the Project, including rezoning of the property and seeking an amendment to the current future land use map (FLUM) designation. The Successful Proposer(s) may seek to vacate a portion of 61st Court adjacent to the City parcels. The Project Site identified above represents the parcels of property owned by the City and/or Miami-Dade County. However, the City shall provide preference to those Proposers that demonstrate experience in combining contiguous or connected properties as part of an overall development proposal. Proposers with experience improving access to nearby transit resources shall also be provided preference. 2.3. PROJECT OVERVIEW Successful Proposer(s) who have executed a development agreement or contract with the City (hereafter “Selected Proposer(s)”) shall be responsible for all aspects related to and payment of all expenses associated with the planning, design, construction, maintenance, and operation of the proposed development at the Project Site. Accordingly, the Selected Proposer shall provide all aspects of the Project, including, but not limited to: a. Overseeing all aspects of the design and construction of the Project at the Project Site, including the development of the Civic Improvements and the Developer Improvements, and all public facilities, infrastructure, utilities and common areas. b. Securing all financing as required by the Agreement (s) to be awarded if selected and payment of all costs related to the planning, design, construction, and maintenance and operation of the proposed development, including any monetary contributions that may be necessary to defray costs associated with the lease of the Project Site. Proposed 25 of 139 37 financing for the Project shall not allow for the cross-collateralization or cross-defaulting with any other property, project, or other assets. c. Improving connectivity to major transit assets, especially South Miami Metrorail Station. Contiguous properties or properties connected to the Project Site may be incorporated to improve connectivity to mass transit assets. d. Improving connectivity to the City’s Town Center. e. Combining contiguous properties to provide for a more expansive Project development at the Project Site. f. Developing competitive revenue streams for the City in the form of lease payments, revenue sharing, or other compensation structure or benefits. g. Obtaining certified, insured, experienced and reputable architectural, engineering, and construction services including a general contractor, project manager and subcontractors for the Project. h. Duly applying for, obtaining and maintaining any and all permits, licenses, easements, property rights and approvals, necessary prior to and after construction. Required development approvals may include, but are not limited to, rezoning of the Project Site and seeking a Future Land Use Map (FLUM) amendment to the Project Site’s existing FLUM designation. i. Platting of the Project Site, if necessary. j. Paying all development fees imposed in connection with the development of the Project. k. Implementing all off -site public improvements and/or infrastructure required for development of the Project Site (streets, street widening, streetlights, sidewalks, water/sewer infrastructure, utilities, landscaping, etc.) will be the responsibility of the Selected Proposer(s). l. Incorporating and preserving the historic Sylva Martin Building into the overall development scheme or providing for relocation of the building to a suitable location, subject to the consent and approval of the City. The City’s preference is for the Sylva Martin Building to be relocated to Jean Willis Park, either in the park’s present location or on a new location adjacent to the Underline, or to the Underline park itself, and that the Proposer provide a plan for reac tivation of the building as an integral component of the park. m. Extending, relocating and/or upgrading all utilities, including utilities serving existing City facilities, or connecting new utilities, if necessary. n. Altering, relocating, or replacing any City and/or private facilities, either temporarily or permanently, and implementing any measures required to maintain City and/or private operations ongoing with minimal disruption during development, at the sole cost of the Selected Developer(s). 26 of 139 38 -- o. Submitting plan(s) to mitigate any disruption to City, other public and/or private operations and/or impacts to City, public and/or private facilities caused by the Project Improvements and relocation of facilities . Mitigation measures shall include the provision of temporary facilities to ensure seamless and ongoing City operations during development and construction of the Project Improvements. The plan(s) shall be approved in writing by the City prior to commencement of any work that may impact City, other public and/or private operations and/or facilities. Any damage or impacts to City, public, and/or private systems, facilities, or operations resulting from activities undertaken or authorized by the Selected Proposer(s) must be immediately remediated at the Selected Proposer(s)’s sole cost and expense and to the satisfaction of the City . The Selected Proposer(s) shall prepare and submit a mitigation and remediation plan to the City, including temporary relocation facilities, for its prior written approval, which plan shall be executed by the Selected Proposer(s). p. Certain activities which may potentially impact City facilities and/or operations may require that City employees or representatives monitor and coordinate such activities. Accordingly, the Selected Proposer(s) shall be responsible for covering all costs incurred as a result of such activities, including payment for costs incurred by the City in providing County employees or representatives to monitor and coordinate the activities. q. Conducting environmental review and assessments required by any authority having jurisdiction over such matters including any and all studies and analyses required for such review and assessments and for any remediation of the Site if required, at its sole expense of the Selected Proposer(s). r. Filing of Development Agreement or any other agreements awarded at the conclusion of this procurement process, including payment of all recording fees. s. Paying any and all taxes associated with the development of the Project Site, including but not limited to, ad valorem real estate taxes, that may be associated with the Project and/or the Developer Improvements. t. Submitting monthly status reports to the City regarding the Project development upon award of Agreement (s). Frequency, subject matter and details covered in status reports will be determined by the City and may be changed at any time at the discretion of the City. u. Commencing and completing construction of the Project in a timely manner in accordance with the Agreement(s) or contract(s) to be awarded and all applicable rules, regulations, ordinances, and standards required by the City and any other applicable regulatory agency. v. Prior to construction, ensuring that the Selected Proposer(s)’ designated Project Manager, Contractors and/or Subcontractors, and any other employees and/or representatives of the Selected Proposer(s) as the City may require, meet with City staff to provide relevant information and to coordinate construction related activities. Upon commencement of construction, such meetings will be required as frequently as deemed appropriate by the City. 27 of 139 39 w. Participating in community outreach activities as requested by the City. x. Obtaining bonding and/or guarantees or assurances of completion as required by law and as acceptable to the City. y. Obtaining all insurance coverages as required by the City. z. Applying for and obtaining any zoning changes and/or any other land use planning changes and/or waivers from the appropriate agency having jurisdiction. (The City does not make or offer any representation or warranty that any such requested changes will be granted.); aa. Obtaining any and all access permits from the state, county, City and/or any authority having such jurisdiction. bb. Vacating and/or obtaining appropriate releases of easements, rights -of-way, or any other encumbrance to enable development of the Project Site. 2.3.1. The Project Site is being offered for development on an “as is” basis. The Proposer is solely responsible for completing a comprehensive due diligence process regarding the condition and suitability of the Project Site for development. The City disclaims all responsibility and liability for the completeness or accuracy of any information that it provides. 2.3.2. The City does not make any type of representation or warranty whatsoever, regarding the condition of the Project Site, its suitability for the uses contemplated by this RFP. The Selected Proposer(s) shall be solely responsible for obtaining all such approvals and permits and for resolving any objections to the proposed uses, regardless of the source of such objections. Required development approvals may include, but are not limited to, rezoning of the Property and seeking a Future Land Use Map (FLUM) amendment to the Property’s existing FLUM designation. The City does not guarantee or represent, in any way, that it will provide support or assistance to the Selected Proposer(s) in obtaining development approvals or permits or resolving objections to the proposed uses, including but not limited to, objections to such uses by community organizations, community activists, elected City officials or officials charged with issuing such approvals and permits. END OF SECTION 2 28 of 139 40 SECTION 3 PROPOSAL FORM PACKAGE As provided in the RFP, the following items must be attached to this Proposal: FORMS STATUS Form 1 – Proposal Form Package Acknowledgement ❑ Form 2 – Cost Recovery Agreement ❑ 29 of 139 41 FORM 1 PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Request for Proposals, RFP No. CSM2024-08. I agree that my Proposal will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Proposal. I certify that all information contained in this Proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Proposal on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement(s). I further certify, under oath, that this Proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Proposal; no officer, employee or agent of the City of South Miami or any other Proposer has an interest in said Proposal. Furthermore, I certify that the undersigned executed this Proposal Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Proposer acknowledges receipt of all Addenda issued by the City in connection with the RFP (Check the box next to each addendum received). ______ Addendum 1 Addendum 6 ______ Addendum 2 Addendum 7 ______ Addendum 3 Addendum 8 ______ Addendum 4 Addendum 9 _______ Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Proposal: Form 1. Proposal Form Package Acknowledgement. Form 2. Cost Recovery Agreement 30 of 139 42 FORM 1 PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) ___________________________________________ NAME OF PROPOSER FIRM ____________________________________________ SIGNATURE OF PROPOSER ____________________________________________ NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS ____________________________________________ ____________________________________________ (____) ______________________________________ TELEPHONE NUMBER State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 31 of 139 43 FORM 2 COST RECOVERY AGREEMENT Proposer acknowledges and agrees that they shall submit a $25,000 cost recovery deposit with its proposal and that such cost recovery deposit is non-refundable. Proposer further acknowledges and agrees that, if selected for award by the City Commission, it shall be required to submit an additional cost recovery deposit in an amount to be determined by the City Manager , but in no event less than $250,000, to be applied to the City’s costs incurred in connection with implementing the award. Such cost recovery deposit shall be due prior to negotiations and shall be replenished as necessary. IN WITNESS WHEREOF, the said as Principal herein, has caused these presents to be signed in its name by its and attested by its under its corporate seal, has caused these presents to be signed in its name by its and attested in its name by its under its corporate seal, this day of , 20___. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Principal/Firm: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 32 of 139 44 SECTION 4. TERMS AND CONDITIONS 4.1. PURPOSE OF PROPOSAL. The City requests proposals from qualified firms for the South Miami City Hall Redevelopment Project (the “Project”), which Project includes the redevelopment and operation of a profitable, large-scale, multi-component, and first-class mixed-use development featuring a new municipal complex, as further detailed in the Scope of Services provided in Section 2 herein. 4.2. PROPOSAL COSTS. Proposers submitting Proposal do so entirely at their own cost and expense. There is no expressed or implied obligation by the City to reimburse any individual or firm for any costs or expenses incurred in preparing or submitting Proposals, providing additional information when requested by the City, or for participating in any selection interviews or oral presentations. 4.3. LICENSES AND PERMITS. Proposer shall secure any and all necessary and required licenses, certifications and permits to implement the Project, including, but not limited to, all Federal, State, County and City licenses and permits. All Proposers must provide the necessary documentation to demonstrate that they meet all applicable licensing and permitting requirements. By submitting a Proposal in response to this RFP, Proposer represents and warrants to the City that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by any other governmental authority or agency to implement the Project. Proposer represents and warrants to the City that the Licenses shall be in full force and effect on the date of performance and further represents that it holds and will hold all Licenses throughout the term of the Agreement(s). Proposer shall provide the City with copies of all Licenses and any additional permits that may be required for implementation of the Project with its Proposal and during the term of the Agreement. Where the Proposer is required to enter onto City property, public rights-of-way or other property to deliver equipment or to perform work as a result of a Proposal award, the Proposer will assume the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and insurance required. The Proposer shall be liable for any damages or loss to the City property, or other property or persons, occasioned by the acts or omissions, or the negligence of the Proposer (or their agent) or any person the Proposer has designated in the performance of the work, as a result of the Proposal. 4.4. INSURANCE. 4.4.1. If selected, the Proposer shall secure and maintain throughout the duration of the awarded contract insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the 33 of 139 45 Proposer’s insurance and shall not contribute to the Proposer’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. Copies of Proposer’s actual Insurance Policies as required herein and Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Proposer shall provide a waiver of subrogation for the benefit of the City. The Proposer shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Agreement(s). 4.4.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Proposer or its contractor. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 4.4.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Proposer or its contractor shall be allowed to provide any services pursuant to this RFP who is not covered by Worker’s Compensation insurance. 4.4.1.3. Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 4.4.1.4. Professional Liability Insurance in an amount of not less than Two Million Dollars ($2,000,000.00) per occurrence, single limit. 4.4.2. The Proposer agrees to indemnify, defend and hold harmless the City from and against any and all claims, suits, judgments, losses, damages, executions and/or liabilities as to bodily injuries and/or property damage which arise or grow out of the Agreement or this RFP. 4.4.3. The Proposer shall also, upon request by the City, provide copies of all official receipts and endorsements as verification of Contractor's timely payment of each insurance policy premium as required by the Agreement. 4.4.4. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE AND/OR ADDITIONAL COVERAGES IF DEEMED NECESSARY. 34 of 139 46 4.5. BONDS. The selected Proposer must, prior to performing any portion of the Project and within three (3) days of the Effective Date of the Construction Contract, deliver to the City the Bonds required to be provided by Proposer hereunder and the Construction Contract (collectively, the “Bonds”). The City, in its sole and exclusive discretion, may also require other bonds or security, in order to ensure that the awarded contract with the City will be fully and appropriately performed and completed. The surety providing such Bonds must be licensed, authorized, and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds shall be included in the contract price. If notice of any change affecting the scope of services/work, the contract price, contract time, or any of the provisions of the Construction Contract is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be the selected Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the selected Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to the City. 4.5.1. Performance Bond. If this provision is selected, the selected Proposer must deliver to the City a performance bond in an amount equal to 100 percent of the price specified in the contract. The performance bond shall provide that the bonding company will complete the project if the selected Proposer defaults on the contract with the City by failing to perform the contract in the time and manner provided for in the contract. 4.5.2. Payment Bond. If this provision is selected, the selected Proposer must deliver to the City a payment bond in an amount equal to 100 percent of the price specified in the contract. The payment bond shall provide that the bonding company or surety will promptly pay all persons who supply labor, materials, or supplies used directly or indirectly in the performance of the work provided for in the contract between the selected Proposer and the City if the selected Proposer fails to make any required payments only. 4.5.3. Additional Bonds, Security or Guarantees. The City, in its sole and absolute discretion, reserves the right to require additional forms of security for all obligations under the Agreement(s), including additional bonds, security, and/or guarantees of performance and payment, and as may be required by any lender providing financing for the Project. 4.6. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS. Proposer shall conduct its operations in compliance with all applicable federal, State, County and City laws and regulations in providing the services for the Project required by this RFP. 4.7. ASSIGNMENT. The Proposer shall not transfer or assign the performance of its obligations for the Project required by this RFP and the Agreement(s) without the City’s prior written consent. Any award issued pursuant to this RFP and monies which may be payable by the City, are not assignable except with the City’s prior written approval. 35 of 139 47 4.8. ATTORNEY’S FEES. If the City incurs any expense in enforcing the terms of the Agreement(s), whether suit be brought or not, the Proposer agrees to pay all such costs and expenses including, but not limited to, court costs, interest and reasonable attorney’s fees. 4.9. PROPOSER’S RELATION TO THE CITY. It is expressly agreed and understood that the Proposer is in all respects an independent contractor as to all aspects of the Project hereunder, and that the Proposer is in no respect an agent, servant or employee of the City. This RFP specifies the work and services to be performed by the Proposer for the Project, but the method to be employed to accomplish the work or services shall be the responsibility of the Proposer, unless otherwise provided in the Agreement(s) or by the City. 4.10. DISCRIMINATORY PRACTICES. The Proposer and its contractors shall not discriminate or deny service, deny access, or deny employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Proposer will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 4.11. CANCELLATION. Failure on the part of the Proposer and its contractors to comply with the conditions, specifications, requirements and terms as determined by the City, shall be just cause for cancellation of the award, with the Proposer holding the City harmless. 4.12. INDEMNIFICATION. The Proposer shall indemnify, save harmless and defend the City, its officers, agents and employees from and against any claims, demands or causes of action of whatsoever kind or nature arising out of any act, error, omission, negligent act, conduct or misconduct of the Proposer, its agents, servants or employees, in connection with all aspects of the Project pursuant to this RFP and/or from any procurement decision of the City including without limitation, awarding the Agreement(s) to a Proposer. 4.13. MULTIPLE /OTHER VENDORS. The City reserves the right to select and award multiple Proposers to provide one, some or all of the Project. If the selected contractors are unavailable, the City reserves the right to seek and obtain other sources. 4.14. PUBLIC ENTITY CRIME/DISQUALIFICATION. Pursuant to Section 287.133(3)(a), Florida Statute, all Proposers are advised as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services to 36 of 139 48 a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, 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 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 from the date of being placed on the convicted vendor list.” 4.15. NO CONTINGENCY FEE. Proposer shall warrant that it has not employed or retained any company or person, other than a bona fide employee working solely for the Proposer, to solicit or secure the Agreement(s) and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Proposer, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making the Agreement(s). For the breach or violation of this provision, the City shall have the right to terminate the Agreement (s), without liability, at its discretion. 4.16. PUBLIC RECORDS; CONFIDENTIALITY. Proposers are hereby notified that all information submitted as part of or in support of Proposal submitted pursuant to this RFP are public records subject to public disclosure in accordance with Chapter 119, Florida Statutes, unless specifically exempted under State Law. If there is any apparent conflict between Florida’s Public Records Law and this RFP, Florida Law will govern and prevail. All Proposals submitted in response to this RFP shall become the property of the City. Unless the information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the right to utilize any or all information, ideas, conceptions, or portions of any Proposal in its best interest. Acceptance or rejection of any Proposal shall not nullify the City’s rights hereunder. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROPOSER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov END OF SECTION 4 37 of 139 49 EXHIBIT “A” List of Potential Agreements NOTE: THE AGREEMENTS ARE TBD BASED ON THE PROPOSAL AND DEAL STRUCTURE PROPOSED BY THE SELECTED PROPOSER 1. Ground Lease Agreement(s) 2. Master Development Agreement 3. Covenant in Lieu of Unity of Title 4. Easement and Operating Agreement(s) 5. Maintenance and Operation Agreement(s) 38 of 139 50 EXHIBIT “B” FORM OF PAYMENT AND PERFORMANCE BONDS PAYMENT BOND BY THIS BOND, we, , as Principal, (the “Contractor”) and , as Surety, are bound to the City of South Miami (the “City”), as Obligee, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract pursuant to RFP No. CSM2024-08, which was awarded on , 2024, pursuant to Resolution No. , with the City, which contract documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated and other damages, and for the purpose of this Bond are referred to as the “Contract.” NOW, THEREFORE, THE CONDITION OF THIS PAYMENT BOND/OBLIGATION are that if Contractor shall promptly make payment to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: 1. A claimant is defined as any person supplying the Principal with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 255.05(1) of the Florida Statutes; and 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit; and 3. No suit or action shall be commenced hereunder by any claimant: a. Unless claimant, other than one having a direct contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection; b. Unless claimant, other than one having a direct contract with the Principal, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefore; c. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies; it being understood, however, that if any 39 of 139 51 limitation embodied in this Bond is prohibited by any law controlling the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law; d. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The Principal and the Surety jointly and severally, shall repay the Owner any sum which the Owner may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract. 5. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. 6. The Surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's rating of " " and Financial Category of "Class ”. IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 2024, A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: If Sole Ownership or Partnership, two (2) Witnesses Required; If Corporation, Secretary Only will attest and affix seal. FOR THE CONTRACTOR: WITNESS: Secretary Name of Corporation By: (Affix Corporate Seal) Print Name: Title: FOR THE SURETY: WITNESS: Agent and Attorney-in-Fact Print Name: Title: Address: Telephone: 40 of 139 52 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the within Bond; that who signed the said bond on behalf of the Principal, was then of said Corporation; that I know his/her signature, and his/her signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. (Affix Corporate Seal) Corporate Secretary In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Firm: State of Florida County of Before me, a Notary Public, duly commissioned, qualified and acting, appeared by means of physical presence or online notarization who being by me first duly sworn upon oath, says that s/he is the Attorney-in-Fact, for the and that s/he has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of Miami Springs, Florida Sworn and subscribed to before me this day of , 20 . Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath (Attach Power of Attorney) 41 of 139 53 PERFORMANCE BOND BY THIS BOND, we, , as Principal, (the “Contractor”) and , as Surety, are bound to the City of South Miami (the “City”), as Obligee, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into Contract RFP No. CSM2024-08, awarded on , 2024, pursuant to Resolution No. , with the City, which contract documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated and other damages, and for the purpose of this Bond are referred to as the “Contract.” NOW, THEREFORE, THE CONDITION OF THIS PERFORMANCE BOND is that if Contractor: 7. Performs the Contract between Contractor and City for the services defined in the Contract, the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 8. Pays the City all losses, damages, liquidated damages, expenses, costs, and any and all attorney’s fees, including for appellate proceedings, that the City sustains as a result of default by Contractor under the Contract; and 9. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, THEN THIS BOND WILL BE VOID. OTHERWISE, IT WILL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 10. Whenever Contractor is, and declared by the City to be, in default under the Contract, the City having performed the City’s obligations, the Surety may promptly remedy the default or will promptly: a. Complete the services defined in the Contract in accordance with the terms and conditions of the Contract; or b. Obtain a Proposal or proposals for completing the services defined in the Contract in accordance with the terms and conditions of the Contract, and upon determination by Surety of the Responsible Proposer, or if the City elects, upon determination by the City and Surety jointly of the Responsible Proposer, arrange for a contract between such Proposer and the City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price, but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “balance of the Contract Price,” as used in this paragraph, will mean the total amount payable by the City to Contractor under the Contract and any amendments thereto, less the amount properly paid by the City to Contractor. 42 of 139 54 IT IS FURTHER AGREED THAT no right of action will accrue on this Bond to or for the use of any person or corporation other than the City; and IT IS FURTHER AGREED THAT the Surety hereby waives notice of and agrees that any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety’s obligations under this Bond. Signed and sealed this day of , 20 . FOR THE CONTRACTOR: WITNESS: Secretary Name of Corporation By: (Affix Corporate Seal) Print Name: Title: FOR THE SURETY: WITNESS: Agent and Attorney-in-Fact Print Name: Title: Address: Telephone: 43 of 139 55 Exhibit “C” South Miami Branch Library Criteria 44 of 139 56 1 | P a g e Future South Miami Branch Library General Program Plan, Design Criteria, Information Technology Guidance and Equipment and Systems Requirements Ray Baker, Director Lisa Thompson, Capital Programs Director Ralph Costa, Assistant Director Julio Campa, Information Technology Department Shiham Lorenzo, Construction Manager 3 Miami-Dade Public Library System February 2024 45 of 139 57 2 | P a g e Introduction The Miami-Dade Public Library System (MDPLS) provides this document and Exhibit’s 1 through 6, as the program plan and design criteria for information and guidance for a new approximately 15,000 square foot single-story, ground level, replacement South Miami Branch Library. Our design vision seeks to focus on current and future library users, including flexible use of spaces, a focus on comfort, functionality, aesthetics, and access to technology, all while allowing the library to continue to serve its role as a community space that accommodates a wide range of programs, events, activities, and public meetings for people and organizations across a broad demographic of ages, abilities, backgrounds, and interests. MDPLS’s mission of promoting literacy and learning requires that library locations are an accessible community destination that instills civic pride and showcases MDPLS’s role as a leader in both library design and civic innovation. In the design and planning of a new library location, it is important to consider the demographics and needs of the immediate surrounding community, and to recognize that Miami-Dade Public Library locations are part of a large network of libraries throughout Miami-Dade County, all of which demand a level of consistency in service levels, systems and amenities to ensure access for residents and that the spaces allow for a high level of collaboration with other County, municipal, and non-profit organizations to deliver excellent services and programming to our residents. General Design Principles Inspired planning, design and programming would include: A highly visible and accessible location. Welcoming spaces that are inviting, including natural light-filled open spaces that are functional and safe. Flexible design and layout that allows for a wide range of uses. Access to cutting-edge programming, services, and technology. High performance and energy-efficient design; LEED-certified. Gathering spaces that are spacious, comfortable, aesthetically pleasing, and a destination for residents of all ages. Intuitive and inviting customer service points and wayfinding paths. Connections to adjacent spaces or uses that are complementary to the services and programs provided by the library. Common areas and signage that enhance and highlight available services, and convenient access and wayfinding to the library via public transportation, and 46 of 139 58 3 | P a g e free parking for library visitors and employees. Overview: Facility Planning Program Our newly constructed and newly renovated library locations embrace outstanding architectural and interior design and become destinations where residents find a sense of belonging and community, with the newly renovated Coral Gables Branch Library, newly constructed Hialeah Gardens Branch Library, and soon to be constructed Doral and Key Biscayne branches serving as good examples. While the design process and developable footprint will ultimately drive the most logical and preferred layout for any library location, the following types of functional space uses will be needed within the proposed space: • Collection space/shelving (for display and browsing of library materials) that is sufficient to accommodate approximately 1,054 shelves taking up 3,207 linear feet. • Collection space/shelving is responsive to its location within the space, i.e., low shelving in areas to allow views across spaces and a layout that can accommodate adequate taller wall-mounted shelving to maximize collection size and maximize floor space for other activities, programs, and services. • Co-working and/or study spaces that accommodate both individuals and groups. • Adults and Teens browsing and seating area with gaming area. • Separate, children’s-themed reading, activities, and learning spaces. • Public computer workstations, and print/copy stations. • Central customer service point(s) that allows lines of visibility throughout the public areas. • Employee work areas with storage, staff lounge, and staff restroom. • Back of house staff offices, delivery, and storage areas. • Public and employee A.D.A. restrooms. • Multipurpose rooms, public meeting spaces/auditorium with library-specified audio/visual equipment with broadcasting capabilities and storage for movable tables and chairs • Special use spaces/adjacencies (outdoor reading area/courtyard, café, etc.), as available within the development. • Non-assignable space (including mechanical space, IT/data room, separate janitorial closet, and multiple storage closets/cabinets, etc.) • Digital informational screens in multiple locations throughout library and adjacent spaces as applicable. • Standalone exterior book drop at drive up area or sidewalk located for afterhours drop offs. The design should focus on creating a destination that encourages creativity, literacy, educational, entertainment, and recreational uses, while also being mindful of using sustainable design practices and best library design practices: • A public library will be a significant source of foot traffic and its success as a library location will rely heavily on being located on the ground floor level in a highly visible and high traffic area that facilitates easy access for the public with its own stand-alone entrances/exits. • The aesthetic quality, materiality, volume, and form should add vitality, beauty, sophistication, and a sense of identity to the space, paying respect to context and surrounding environment. The library should be constructed of easy-to-maintain light 47 of 139 59 4 | P a g e and durable materials, introducing elements of transparency, light, nature, and excitement in the overall building concept. • Acoustical treatments may be needed in some areas to mitigate noise transfer from group spaces to quieter spaces. • Lighting design should harvest daylight and be zoned to allow each library area to achieve its function and be energy efficient. • The library should include an open space concept with a dedicated semi-enclosed area for its younger users that has study pods and tables equipped with electrical outlets and data ports, for single and multiple users. A combination of quiet and collaborative zones to allow users options is important. The result should be a highly visible children's-themed area that is energetic and inviting, suitable for children of different ages and abilities and adults, but also provides a safe space separate from other areas of the library. • The floor plan should be fluid, with abundant natural light serving reading rooms / adjacent areas. Visitors should have easy visual connection to major spaces (Multi-purpose Room/Children’s Area/Adult-Teens Room) from the entrance and central service point (circulation desk). The circulation/service desk should be the primary point of contact for library visitors to receive assistance, using state of the art technology for orientation, research, and checkout purposes. • Ease of wayfinding should be a major design component; with vibrant paint wall colors, graphics, signage (interior and exterior), and floor patterns; visitors should be able to easily follow the wayfinding approach within a simple well-organized floor and furniture plan layout. • The space should incorporate additional service points for library staff to serve the public and perform daily tasks, ensuring open lines of sight throughout the facility and within designated areas. • Multi-Purpose Rooms that are flexible so they can serve as Auditoriums or Community Meeting Rooms are critical to the success of library locations in serving our residents, partners, and stakeholders. They should be prominently located to activate the use of interior spaces and to accommodate foot traffic associated with public meetings, programs, and events. A multi-purpose room should also serve as a space that maximizes the available square footage by becoming a part of the floor plan when not in use for other events. This can be accomplished with sliding doors that open up the room when not in use and adjacent storage spaces for tables and chairs and programming activities items. The following is a comparison of programmatic needs and spaces that can be provided based on a proposed 15,000 square foot floor plan compared to the existing South Miami Branch. This should be used as a guide for future discussions in the planning, design, and layout of the facility. Grossing factors should be used to scale up to account for circulation and interstitial spaces. Additionally, Exhibit 1 (EXAMPLE FLOOR PLAN LAYOUT) to this document includes a sample floor plan layout we would recommend for this replacement library based on the programmatic layout of the various spaces, as well as Exhibit 2 (PROJECT SPECIFIC DESIGN CRITERIA), which is an initial design criteria/narrative document that outlines typical needs and considerations for our library facilities. To achieve a successful Library design, it is critical 48 of 139 60 5 | P a g e that the Library’s capital and information technology team is actively involved in all phases of the design process and be an active participant in the construction phase. Exhibit 3 (CCTV and Wi-Fi Technology Guide) provides specifications on the Library’s CCTV system and Wi-Fi technology requirements and Exhibit 4 (EQUIPMENT LIST) contains a list of typical library equipment that needs to be considered during the design process. Exhibit 5 (LOW VOLTAGE SPECIFICATION) provides detailed specifications for the low voltage library elements and was updated in 2023. Exhibit 6 (CONSULTANT LIST) details the consultants needed to participate in the design of a new library. Library Program Plan: South Miami Branch Space Proposed s.f. Lobby Area/Service Desk 1,650 Main Reading Room and computer area 2,500 Public Restrooms 500 Young Adult Reading Room 700 Children’s Room 1,900 Children’s Room family restrooms 104 Children’s Room Storage 50 Auditorium/Multipurpose Community Room 1 1,500 Auditorium 1 Storage 200 Auditorium/Multipurpose Community Room 2 1,200 Auditorium 2 Storage 200 Auditorium restrooms 104 Conference Room 200 Collaboration Area 500 Enclosed Study Room 110 Tech/Innovation Area (YouMedia Lab) 900 49 of 139 61 6 | P a g e Tech/Innovation Storage 60 Staff Workroom 650 Branch Manager Office 100 Breakroom 240 Staff Restroom 52 Receiving Area 800 Mechanical/Electrical Room 700 Data Room 100 Janitor’s Closet with storage 35 TOTAL: 15,055 Detailed Description of Spaces The following is a more detailed description of program spaces, preferred sizes, likely Furniture, Finishes and Equipment (FF&E) components to be coordinated, and desired adjacencies where applicable. It is recommended that these spaces, sizes, and potential locations should be used as a guide in planning. 50 of 139 62 7 | P a g e Lobby Area/Service Desk/ Main Reading Room (with Adults & Teens, and Technology Area 51 of 139 63 8 | P a g e Automatic (sensor) and wide exterior entry doors Centrally located service desk to accommodate work areas for approximately 2 employees with computer workstations and ancillary devices utilized to assist patrons and conduct customer service transactions, refer to library equipment list. Telephone connections (ethernet-connected phones) Data ports and electrical Ample counter space, including ADA-level counter, and storage Cash register Entrance areas, open walking/circulation paths Printer/copy stations (4’x5’) • Tables and chairs, including lounge furniture for studying/reading • Electrical and data-powered furniture and connections • Flatscreens with gaming capabilities • Public printing, scanning, copying, and computer kiosk(s) • Wi-Fi throughout the building Private study rooms (pods), small conference rooms, and/or semi-private workstations for residents or others that need a quiet space or small meeting room Wall-mounted and floor-movable shelving (Approximately 2,193 linear feet for Adult area, or 731 shelves and 231 linear feet for Young Adult area or 77 shelves are likely needed for collection) Digital Wayfinding Signage / Library Information Exterior illuminated signage Wall-mounted monitors in all spaces with power, cable and data outlets 52 of 139 64 9 | P a g e Auditoriums/Multipurpose Community Meeting Rooms A/V and Broadcasting Equipment (specs to be provided by Library) Wi-Fi access and phone access Drop-down projection screen and ceiling-mounted projector or LED walls Floor power outlets Multifunctional Movable podium Automated window coverings Dimmable and zoned lighting Wall space designed for artwork (provided by Library) with appropriate lighting Storage for stackable chairs, folding tables, and related equipment and supplies Public Restrooms Modern, hygienic, clean and neat in design Include in each, as appropriate “foyer-type” entrance to restrooms water fountain with bottle filler two (2) to three (3) toilets (one (1) ADA compliant) one (1) urinal two (2) wash basins (one (1) ADA compliant) accessories such as hooks and baby changing stations alternate option would be to have approximately three separate single-use restrooms in the same area 53 of 139 65 10 | P a g e Children’s Room Children’s Room fun and interactive area children’s-themed seating and furniture, such as booths, tables or other collaborative furniture that provide comfortable seating for work areas and group activities such as tutoring, games, and other collaborative activities; also, should accommodate caregivers (parents, grandparents, etc.) that usually spend time with their children in these areas Often includes a themed “play-type” structure or “stage” in these areas for programs and events Dedicated children’s Storytime area achieved with architecture, furniture nooks and/or highlighted through flooring. Seating areas, desks should have electrical connections and charging points Data and electrical connections also needed for public and staff computers in this area Storage closet Storage space for all types of supplies and materials should be incorporated into this area The Children’s Room should also be partially enclosed from the other areas of the library for privacy and safety; the enclosure can take on many forms including children’s themed shelving, partial walls, glass enclosures, etc., that help keep this as a “separate” space Shelving, whether mobile or wall-installed shelving, factors prominently in the use of floor and wall space in all areas of the library, including the children’s area Rough estimates at this time are that we would need around 741 linear feet of shelving (or 246 shelves), preferably using shelving furniture that does not exceed five feet in height. Standard library shelving comes in 3 ft wide runs. As an example, a five-foot high and six foot wide, single-sided library shelf would accommodate around 30 linear feet of books and library materials. One or two single use restrooms dedicated to the children’s room. 54 of 139 66 11 | P a g e Staff and Building Support Areas Uses include: Single-use staff restroom Staff work room with individual workstations, one private branch manager office, and appurtenant data/electrical connections. Loading, delivery, and receiving area/material processing Janitorial closet and supply storage Data/IT closet Electrical Room and Mechanical room – AC Maintenance Room Sufficient storage for books, book carts, materials, and supplies Staff lounge area that includes cabinets, refrigerator, table/chairs, soft seating, sink, microwave 55 of 139 67 12 | P a g e Information Technology – General Needs, Considerations, and Specifications See Exhibit 3 and Exhibit 5 for technical guidelines provided by the Miami-Dade Information Technology Department (ITD). This document will be streamlined in the design process as IT and electrical needs and floorplans become available. The Library’s Information Technology Department will work collaboratively with partner developer’s, architects, and construction teams in the design of new libraries to ensure that the specific network, hardware, security systems, public and staff devices and peripherals, and wiring requirements allow each library to function appropriately and be managed as part of an interconnected system of library branches. The involvement of the Library and Information Technology team at the earliest stages of conceptual design is critical to a successful final product. Equipment and Systems – General Needs, Considerations, and Specifications • Humidity control within the library space is of critical importance and must be considered. The optimal HVAC system for the library will be a Central Chiller Plant with Air/Water condensation or Water condensation system with Heat Pump Units. The chiller system must have a reheat system. The goal is to have humidity levels between 50-55 relative humidity in the library spaces. • Mechanical equipment must have a 5-year parts and labor warranty. To cover all parts and controls. (VFD's, pumps, fuses, controls, breakers, etc….) • Mechanical controls must be integrated into the library’s existing DELTA Web Server. • Each BMS or controller must have a UPS. • The HVAC controls system shall consist of (Integrated Energy Management system or Building Automation system) • A complete, operable, tested intrusion detection system, bearing Underwriters Laboratories (UL) mercantile listing and including raceway system and cables. All programming shall be by the Contractor with assistance from Miami-Dade County Facilities Utilities Management (FUMD). • Lighting System Efficiency and Characteristics - Design will maximize daylighting to minimize use of artificial lighting and help minimize energy use. • The lighting controls and software must be integrated into the BMS system (local and cloud server). • Audio Visual and Low Voltage requirements: o An all-in-one presentation system with a video and control capabilities to include a lectern, microphone, speakers, projector, and mechanical projection screen in each of the auditorium and presentation spaces. This system must be able to integrate/work with both Zoom and Microsoft teams, this will require a video- conferencing cameras in the room for both audience and speaker or presenters. The projectors and screens/digital displays shall be laser and ceiling mounted and LED display walls. o Commissioning of Auditorium/conference/meeting rooms required to ensure all systems are functioning properly. 56 of 139 68 13 | P a g e o Public Address System o IT Closet and Equipment Rack All low voltage scope shall be fully coordinated and integrated (including but not limited to; data, security systems, interior/exterior cameras, audio-visual systems, paging system, speakers, controls). Work with the MDPLS Project Manager and/or Library’s ITD representative to facilitate the installation and wiring of all the equipment associated with these systems. Exhibits 1 – Example Floor Plan Layout 2 – Design Criteria/Narrative 3 – CCTV and Wi-Fi Technology Guidance 4 – Library equipment list 5 – Low Voltage Specifications 6 – Consultant List 57 of 139 69 Exhibit - 1 58 of 139 70 rt · t · · t _ r , 111 r , 0-- 0-'7P.''!"t--.-...=~k '%· """"7~-H ----.lHl'--1> e--r-fll:f*-Fir+-W-!?!!~~11-:::i£:!- ©----- 0- , 0---, I I , ~~ , I ©-_ _J__, i ' i I -~ i ~ i ~~ i EB· P OPOSED FURN liURE ! TEC iNO LOGl,_~ ------0 ------0 tt,-~--rlr--------B ~.,_.,.,.,N ~--:-... ~ HIAL.EAII GARDEN S BltANCff LI IIIARY P IICl ,-IUCD ni•~ITVl:11:& ffCkNOI.Otl't - l't.AH 1 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 Exhibit 2 DESIGN CRITERIA Overview New Construc�on 59 of 139 71 P.~blic miami-dade library system MIAMI·~ W•1•)ht• iiil' 2 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 PROJECT SPECIFIC DESIGN CRITERIA – BUILDING A. Exterior and interior materials shall be durable, permanent, vandal-resistant, easily- maintained, and within the limits set by functional and code requirements. The new building must comply with local codes, ordinances, LEED certification requirements and Implementing Order(s) relating to sustainability; as described in Article 8.09N. B. The design of the project shall address: 1) Resistance to unauthorized intrusion. 2) Accessibility according to program requirements, ADA and other applicable codes. 3) Ease of pedestrian and vehicular circulation within and around building also to any adjacent development or facility. C. Slope exterior horizontal building surfaces to drain according to code requirements and as follows: 1) Provide a minimum slope of ¼” per foot at, but not limited to, parapet tops, window sills, tops of walls and flat roofs. 2) Provide not less than 1/4” per foot at, but not limited to: a) Exterior covered walkways, sidewalks, or other exterior walking surfaces. b) Parking lots and any other paved areas. 3) Ponding shall not be allowed. 4) Provide hard surface accessible level landing sidewalks in front of all exterior doors. 5) All exterior doors shall have overhang protection. C. Exterior and interior walking surfaces shall have textured or other slip resistant finishes in compliance with the latest Florida Building Code Edition and ADA requirements. D. Subfloor shall pass humidity test before receiving finish and all floor finish to be installed as per manufacturer’s recommendations. E. All Public Areas to be heavy commercial traffic flooring, low maintenance, meet the minimum dynamic coefficient of friction (DCOF) according to application type. Acoustical element(s) to be incorporated to reduce sound transfer. 1) Public and Staff Restrooms to receive high-end commercial floor, be low maintenance and meet the minimum dynamic coefficient of friction (DCOF) for wet areas. Terrazzo, Polished Concrete or Epoxy flooring is desired, or similar surface with no grout that meets the DCOF 3) Staff and Lounge Areas to be commercial flooring with low maintenance. 4) Staff Receiving Area and/or Loading Dock to be exposed concrete with broom finish coating that meets DCOF. 5) Every Exterior entrance to have a recessed commercial walk off mat that is aesthetically incorporated into the finished floor. 60 of 139 72 3 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 F. Interior wall treatment surfaces shall have at a minimum as follows: 1) Painted surfaces: minimum one coat primer, two coats satin paint. 2) Vertical surface in Public Areas to receive a specialty wall finish as focal point. Finish being higher end commercial product. Installation methods to follow manufacturer’s recommendations. 3) Vertical surface in Restroom and Lounge Area to be commercial wall tiles with an interesting/original design/pattern. 4) Wall corners to be protected with commercial corner guards around heavily trafficked areas. Including all areas where book carts are used. 5) Wall bases or base boards to be 6” high, recessed or surface installed, commercial grade and appropriate for bookshelves to go against them. 6) All wall systems shall comply with Library acoustic level design requirements – similar to classroom levels. This will include insulation in walls and ceilings. G. Interior Doors and Door Frames shall have at a minimum as follows: 1) If painted: spray painted with one coat primer, two coats semi-gloss paint. Wood doors shall be stained see project manuals for specifications; Children’s Areas shall have finger guard mounted hinges. 2) Metal kick- and push-plates to be included in Staff Area, Receiving, Lounge and Restrooms. 3) Glass doors for Media and Conference Rooms. Other doors to be solid wood or insulated metal doors. 4) Hardware must be reviewed and approved by MDPLS. H. Interior ceiling shall have at a minimum as follows: 1) Commercial finished ceiling. Design scheme to provide a pleasing visual aesthetic interior environment. 2) Noise Reduction Coefficient (NRC): ASTM C423; Classified with UL label on product carton, 0.90. 3) Light Reflectance (LR): ASTM E1477; White Panel: Light Reflectance 0.85. Flame Spread: ASTM E1264; Class A (UL). 4) Acoustical ceilings shall have 5/8” slotted grid throughout. 5) Allow for easy maintenance access. 6) Decorative acoustical elements as part of ceilings in Public Areas. 7) Ceiling devices, including but not limited to fixtures, speakers, cameras, lights and/or access points, shall be located in a coordinated way to provide a pleasing visual and functional aesthetic environment. 8) Maximize floor to ceiling height in public spaces, target height of 12-14’ is desired. I. Exterior walls shall be constructed to meet the requirements of the Florida Building Code for High Velocity Hurricane Zone. Concrete masonry units, if used shall be of a minimum one wythe 8” thick. Stucco, if used, shall be minimum 3 coat work. Exterior grade ceramic tile, fluted blocks, stone veneer, finish precast concrete cladding, metal cladding, rainscreens, etc. may be used as the finish exterior wall material. J. Finish Coating: All finish wall systems shall meet the latest Miami-Dade County requirements for Resisting Windborne Debris. Finish coating shall be of the most durable 61 of 139 73 4 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 materials providing a decorative and protective finish with long life benefits and resistant to chipping, scratching, fading, and wearing. a. All cement plaster work (stucco) shall be 3 coats (scratch, brown and finish). b. All color/materials selections shall be available for selection by the Owner from manufacturer’s color/material palette. c. All gypsum board throughout the project shall be minimum 5/8” thickness. K. Structural Systems: Shall meet the requirements of the Florida Building Code for High Velocity Hurricane Zone. L. Roof Drainage: Provide roof drainage by means of interior roof drains/overflow scuppers and rainwater leaders routed through the structure or furred out directly discharging to catch basins. Provide drainage calculations utilizing percolation tests and Miami-Dade County Environmental Resource Management standards. Coordinate location of rainwater leaders/overflow scuppers with building design. M. Landscaping: If part of the project the landscape design shall be low maintenance and focus on native plantings and trees (xeriscaping). N. Signage: Exterior signage shall be provided to the extent allowed by local jurisdiction, to be on multiple facades, and to be illuminated. Interior wayfinding signage and required signage shall be uniform in design and match the interior design aesthetic. PROJECT SPECIFIC DESIGN CRITERIA - PLUMBING A. Provide complete plumbing system. Sanitary vent piping, waste piping and water supply piping to be sized as per FBC. All fixtures to be provided by Contractor. B. Wall Hydrants with vacuum breakers are to be located throughout the exterior of the facility at the rate of one near every corner of the building and one within 75 FT. maximum of every newly landscaped area. Wall hydrants shall be flush to exterior wall with no exposed piping. C. A hose bib with vacuum breaker shall be provided at each mechanical room. D. No exposed plumbing lines shall be permitted. E. All plumbing lines under concrete walks and driveways shall be installed in PVC sleeves. F. Provide and install an instant electric tankless water heater, supplying hot water to each area where domestic water is required (except in public restrooms) including but not limited to sinks and lavatories. The water heater shall be self-contained, energy efficient type. G. Provide water/drinking fountains where indicated in the floor plan and as required by FBC latest edition, at a minimum 1 per floor. Water/drinking fountains to be electric water coolers, stainless steel, wall mounted, handicap accessible high-low sections as manufactured by Halsey-Taylor, Oasis, Elkay or approved equivalent (shall include a water bottle filling station). H. Provide water efficient fixtures to reduce potable water usage. I. Provide a mop sink in a Janitor room. Provide faucet with bucket hook, 30” hose and hose bracket. Also mop hanger. Mop sink to have stainless steel bumper guard on exposed side(s). Provide impervious back splash and side splash at mop sink. 62 of 139 74 5 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 J. All toilet flushing valves and lavatory faucets shall be automatic type. Toilet flushing valves shall be hard wired. Lavatory faucets shall be hard wired. K. All above ground roof drainage and sanitary piping shall be cast iron pipe. No PVC piping is allowed inside the building. L. Water supply piping shall be copper. No PVC piping is allowed for water service. M. Domestic hot water piping will be insulated as will any exposed piping on rooftops (with UV resistant insulation if exterior) N. All plumbing fixtures and accessories to be approved by Owner. PROJECT SPECIFIC DESIGN CRITERIA – FIRE PROTECTION A. Provide design, permit and installation of a fire protection system in compliance with the FBC and NFPA: Information contained in the Design Criteria Package is provided for establishing minimum intent and scope of work and are subject to the interpretation of the authority having jurisdiction. The confirmation of any requirements to make the building conform to and in compliance with the FBC and authorities having jurisdiction, including applicable local, state, and federal codes and regulations rests solely with the Design- Builder and the authority having jurisdiction. The above notwithstanding, it is within the intent of the Design Criteria to allow for the Design-Builder to design the building structure for the least fire- resistive construction allowed under the FBC and NFPA for the proposed occupancy, occupant count, and building height described in the Design Criteria Package. B. Provide shop drawings for approval before ordering materials. C. All ceiling mounted sprinkler heads shall be concealed type. D. Sprinkler heads shall be centered in the ceiling tile. E. All valves shall be provided with tamper switch (post indicator valve, OS&Y, control valve). F. All fire protection piping shall be painted in red color. G. Provide one set of as built drawings (hard copy) after project completion. The as built drawings shall reflect the layout for the actual installation. H. Electrical room and data room shall be provided with an inert gas fire suppression system in compliance with the FBC and NFPA. I. Fire suppression systems that contains ozone-depleting substances (CFC’s, HCFC’s or halons) are not allowed. PROJECT SPECIFIC DESIGN CRITERIA – MECHANICAL A. HVAC System 1. All spaces shall be provided with an air conditioning system according to use and occupancy. Design Engineer to provide Heating/Cooling Load calculations and outside Air Calculations per American Society of Heating, Refrigerating and Air- Conditioning Engineers (ASHRAE) 62.2. 2. The air conditioning system for the building shall be a high-efficiency chilled water system to provide cooling, ventilation, dehumidification and humidity control. The system shall be controlled by a local Building Management System (BMS) which shall be also tied to the central BMS located at the Library Department headquarters facility. The cooling and ventilation system shall be in occupied mode operation during facility working hours and in unoccupied mode 63 of 139 75 6 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 operations during non-working hours. The building systems will have the ability to respond to users demands for after-hours cooling and/or heating. 3. The chiller shall consist of a high efficiency air cooled chiller with multiple cooling stages and equipped with a de-super heater which utilize rejected waste heat from the chiller hot gas thru heat exchangers and heat water to be use for reheat of cold and dehumidified supply air (provided by the air handling units) as required to maintain the relative humidity set point in the occupied spaces. Chiller shall utilize environmentally friendly R-410a refrigerant. Energy Efficiency Ratio (EER) of the chiller should be higher than the required by Florida’s Energy Code. Chiller shall be provided with 5 years warranty parts and labor. 4. The chiller casing and chiller condenser coil shall be provided with a spray- applied anticorrosive coating. Coating shall be applied at manufacturer’s controlled factory. Coating manufacture shall be Luvata or approved equivalent. 5. Coating for the chiller casing shall be Luvata insitu clear coating. Coating shall have completed 10,000 hours ASTM B117-07 salt spray testing and evaluated as per ASTM D1654-08 with a rating of 10 (10 best, 0 worst). Coating shall be provided with 5 years warranty. 6. Chilled water pumps shall be variable flow and shall be provided with 100% redundancy. 7. Chilled water piping shall be black steel pipe or copper. No PVC is allowed for chilled water service. 8. All insulation for chilled water pump and hot water pump shall be fabricated to be removable without the need of any tool). 9. The building shall be appropriately zoned and each zone shall be served by Vertical Chilled Water Air Handling units with sub-zones per Air Handing Units, where each sub-zone shall be controlled by a dedicated Variable Air Volume Unit (VAV) and associated temperature sensor. 10. All variable frequency drives shall be provided with three contactor bypass. 11. Temperature sensors shall be provided without temperature adjustment buttons or override buttons). 12. The following areas shall be an independent zone with a dedicated air handling unit: a. Meeting room/Storage/Audiovisual b. lobby/toilet rooms/storage/Reading room/Children’s room c. Staff office area. 13. Each Air Handling Unit shall provide air cooling, dehumidification and hot water reheat for humidity control and shall be equipped with: a. Hot water coil to reheat the cold and dehumidified supply air as required to maintain the relative humidity set point at the occupied spaces. System shall be able to maintain a Relative Humidity of 50-55%. b. Variable frequency drive (VFD) to control the AHUs air output as part of energy saving program by ramping the fan up and down as needed. Each unit is connected to a designated air distribution system network with series of variable air volume (VAV) units which allows each zone be controlled by dedicated temperature sensor. c. Insulated, double-wall construction leaving a clean metal surface in contact with the airstream - inhibits formation of molds, dusts 64 of 139 76 7 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 etc., in the airstream and allows easy cleaning; High efficiency air filters are proposed to help eliminate airborne particles. d. Stainless steel condensate drain pan. e. Hinged access doors for bowler, coils and filter sections. f. Blower section light g. Condensate overflow switch h. Painted cabinet i. Provide bi-polar ionization unit at each air handler j. Ultraviolet filters. 14. The HVAC system shall incorporate a carbon dioxide measurement system which will allow a reduction in outside air ventilation (thus reducing the air conditioning load) when the occupant load does not warrant the full ventilation rate. 15. The Indoor air quality (IAQ) shall be maintained in accordance with the latest version of ASHRAE 62.1. Air handling units will have double wall construction to allow easier cleaning and moisture problems. High filtration MERV-13 rated air filters shall be provided in every Air Handling Unit (MERV- 8 pre filter shall be provided for use before occupancy). Bathrooms and Janitor’s closet shall be designed to have dedicated exhaust fan that operates continuously during occupied hours. Outside air flow rate will be measured by an air flow measuring station installed in every outside air intake louver. All outside air intakes will have a sufficient distance from exhaust fans or plumbing vents to ensure there is no cross contamination and comply w/minimum distance required by ASHRAE 62.1. The building shall be designed to maintain a positive pressure w/respect to the outdoors. This will minimize the infiltration of unconditioned air and help maintain proper humidity conditions to avoid air quality issues. 16. A CO2 monitoring system will be provided to assure properly introduced fresh air to the building. The system will monitor the air CO2 concentration through multiple wall mounted CO2 sensors installed on each zone (at 5’-0” above finished floor). The outside air damper serving the Air Handling Unit for each zone will modulate to maintain the CO2 concentration set point of each sensor. 17. Condensate drains shall be routed to catch basins located on the outside of the building or storm drainage piping. 18. Appropriate energy calculations and heat load calculations shall be prepared and submitted for approval by the Building Department. 19. The HVAC system shall be tied to a Building Management System (BMS). All motors shall have 97% efficiency rating. Designed to provide highly comfortable ambient conditions with maximum energy efficiency. Summer indoor criteria to be 72 degrees F (D.B.) at 55% relative humidity. Winter indoor criteria to be 70 degrees F (D.B.). All areas shall be conditioned unless noted otherwise herein. 20. Air distribution duct system shall be of galvanized steel construction designed, constructed and installed in accordance with the latest edition of SMACNA HVAC Metal Duct Standards. Ductwork shall be insulated in accordance with the Florida Energy Code compliance. Make provisions for sound attenuation with double wall insulated ductwork for the first 25 feet of supply air duct and return air duct coming out of the air conditioning unit(s). 21. Air conditioning units shall have zero use of chlorofluorocarbon (CFC)-based refrigerants and with an ozone depletion coefficient equal to 0. 65 of 139 77 8 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 22. Toilet rooms shall have air conditioning and exhaust system to meet code requirements. 23. All exhaust fans shall be centrifugal roof mounted and shall be controlled by the Building Management System thru a schedule. 24. Provide Test and Balancing of air conditioning system, fans and hydronics. Provide copy of the interim and the completed test and balance report with Closing Documents. 25. Ultraviolet lights in coil for sanitation. (AHU’s) 26. Provide Air Curtains at Main Entrance to mitigate negative air pressure entering the building and avoid excess humidity inside the building. B. Building Management System: 1. Building management system shall be composed of HVAC control and lighting control. 2. The control system shall consist of a high-speed, peer-to-peer network of DDC controllers and operator workstation(s) (workstation provided by owner) residing and communicating on a native BACnet internet protocol (IP) network. Each control device and lighting system shall be depicted by point- and-click graphics. 3. The operator workstation(s) (provided by owner) shall be a personal computer (pc) with a color monitor, mouse, keyboard, and printer. The pc will allow a user to interface with the system via the existing web enable software residing in the Miami Dade public library system network server located at the main library in downtown Miami. All control points shall comply with the Bacnet standard and shall allow the owner to read and write the information via the web server. The system shall support remote access, set point adjustment, schedule changes, calendar changes, point overrides and graphic screens over the owner's wide area network (wan) and the internet. The information on the control system must not be proprietary. 4. The controls contractor shall furnish and install a digital display touch screen to be located at the main mechanical room. The digital display shall allow the owner to interface with the system as described in point b above. 5. Any staff computer located within the wan will allow to interface with the BMS using any standard internet browser software such as Microsoft explorer, Netscape, etc. via multi-tasking dynamic color graphics. Each mechanical system, building floor plan, and control device will be depicted by point-and- click graphics. 6. Lighting control: a. The lighting controllers shall have independent time of day schedules and annual holiday schedules which run independent of the rest of the network. If the controller loses communication with the network, it shall continue to execute its on/off schedule and lighting interlocks. b. Each lighting controller shall have sufficient capacity to switch the scheduled circuits and provide 50% capacity for future expansion. No additional control hardware other than lighting relays shall be necessary to add the 50% capacity in the future. c. Provide low voltage lighting control switches. Each override switch shall be a separately recognized binary input to the controller. The controller shall be fully programmable to allow any override switch to be associated with any output zone or multiple zones. 66 of 139 78 9 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 d. All of the lighting controllers shall communicate with each other as peers. They will not be dependent upon passing data to a PC or another "master panel." inputs to one lighting controller will be passed to any other controller on the network for interlocking or auxiliary control functions. All form of communications shall be done via high speed ethernet. e. Standard lighting control relays shall be used for reliability, ease of serviceability and availability of replacement parts. Use of proprietary printed circuit board style relays is not acceptable. Feedback from the lighting control relays will indicate the current status of the lighting control relay. If the relay does not respond to the commanded condition from the controller, an alarm event shall be generated and broadcast to the network. f. A programmable sweep-off function shall be provided which will shut-off the lighting outputs as scheduled. A time delay shall be provided between each off command. Multiple controllers at the same location shall be cascaded together with a local interlock. g. A flash before going off feature shall be available at each controller to flash the lights on/off an adjustable amount of time before the unoccupied period begins. h. Each controller shall have a hardwire, relay on/off sequencer. This sequencer can be relayed to multiple boards by simply wiring the "sequencer out" of one board to the "sequencer in" of the next boar. 7. A modem shall not be provided for remote access to the network. All remote access to the network shall be over the existing wan using a dedicated IP address. Systems using gateways to route proprietary devices and objects to BACnet are not acceptable. 8. For local area network installations provide access to the control system via the internet. The owner shall provide a connection to the internet via high- speed cable modem, DSL, ISDN, t1, Metronet or through the facility's ISP. The owner shall pay for all monthly internet access fees and connection charges. 9. The control system shall be supplied with a complete web enabled package. The system shall support remote access, setpoint adjustment, schedule changes, calendar changes, point overrides and graphic screens over the owner's wan and the internet. The contractor must provide the owner with an original cd, license and training. 10. The controls contractor shall provide to the owner all necessary software, training and manuals to properly operate & modify the ems system. 11. The controls contractor shall provide to the owner an original cd, license and training. 12. Approved control system manufacturers: The following are the approved BACnet control system manufacturers: "delta controls". 13. No bacnet gateway is allowed. 14. Quality assurance: The installer shall have an established working relationship with the control system manufacturer and have successfully completed similar control systems installations. The installer shall have successfully completed control system manufacturer's classes on the control system. 15. The controls contractor shall have a minimum of 5 years of experience with the proposed manufacturer and be ready to prove these qualifications upon the owner's request. 16. The installer shall present for review the certification of completed training, including the hours of instruction and course outlines upon request. 17. All products used in this installation shall be new, currently under manufacture, and shall be applied in standard off the shelf products. This installation shall not be used as a test site for any new products unless explicitly approved by the owner in writing. Spare parts 67 of 139 79 10 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 shall be available for at least 5 years after completion of the installer shall present for review the certification of completed training, including the hours of instruction and course outlines upon request this contract. 18. The contractor shall furnish all tools necessary to interface to the control system for test and balance purposes. This shall include a portable operating terminal. 19. The contractor shall provide training in the use of these tools. This training will be planned for a minimum of 8 hours. 20. The tools used during the test and balance process will be returned at the completion of the testing and balancing 21. Duct smoke detectors required for unit shutdown are supplied and installed under division 16. The division 16 contractor shall interlock smoke detectors to unit starters for shutdown. 22. The BMS system shall be provided with 5 years warranty parts and labor. 23. Prior to MDPLS acceptance, the control system shall undergo a series of performance tests to verify operation and compliance with this specification. These tests shall occur after the contractor has completed the installation, started up the system, and performed its own tests to demonstrate complete operation of operator interface 24. Any tests that fail to demonstrate the operation of the system shall be repeated at a later date. The contractor shall be responsible for any necessary repairs or revisions to the hardware or software to successfully complete all tests. 25. All tests described in this specification shall have been performed to the satisfaction of both the engineer and owner prior to the acceptance of the control system as meeting the requirements of completion. Any tests that cannot be performed due to circumstances beyond the control of the contractor may be exempt from the completion requirements if stated as such in writing by the engineer. Such tests shall then be performed as part of the warranty. 26. The system shall not be accepted until all forms and checklists completed as part of the demonstration are submitted and approved. C. Other requirements 1. A library department representative must be present during any testing to be conducted during construction (Test and Balance, duct and piping pressure test, piping flush). The contractor should not perform these test without the above mentioned representative present. 2. All welding shall be performed by a certified welder per ANSI/ASME section 9 and AWS "standard qualifications procedure" to perform the type of work required. All welding shall be in accordance with AWS welding code. The contractor must submit proof of certification before performing any welding work. 3. All piping insulation shall be performed by certified pipe insulators. The contractor must submit proof of certification before performing any insulation work. 4. All pipe installation shall be performed by certified pipe fitters. The contractor must submit proof of certification before installing any pipe. PROJECT SPECIFIC DESIGN CRITERIA – ELECTRICAL Electrical Design shall comply with latest codes. NEC 2011, FBC Latest Edition, ASHRAE 90.1 and IECC 2015. The demand for electrical energy in libraries will continue to increase over the useful life of the building. Electrical systems must provide for future flexibility. 68 of 139 80 11 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 Per County Ordinance, this facility will be required to attain a LEED ‘Silver’ Certification. CONTRACTOR shall select electrical equipment based on this purpose. A. Power 1) Distribution: a. Secondary power shall be brought in underground to the facility main Electrical Room at 120V/208V, 3-phase, 4 Wires. Distribution will be from an FPL designated transformer. CONTRACTOR must include providing conduit and wiring to transformer, plus all conduit required by Florida Power & Light (FPL) to run to transformer location. Any cost associated with FPL fees must be covered by CONTRACTOR budget. If a new FPL transformer is necessary CONTRACTOR shall concealed it in a location that do not affect the new building façade and aesthetic. Location must be approved by MDPLS and DCP. b.CONTRACTOR must clarify if any existing FPL easements have no conflict with the new construction. CONTRACTOR must include in their fees the relocation of any existing easements or the provisions for a new one. This item shall be fully clarified prior design. c. The CONTRACTOR shall provide a separate service entrance rated manual transfer switch connection on the exterior of the building for a backup/portable generator for the facility. The transfer switch shall be capable of handling a generator sized to handle the entire building electrical system. d. The cost of relocation of FPL utility poles or equipment, including the cost for replacing, interconnection and feeder wiring, light fixtures, etc. must be paid by the CONTRACTOR. This includes all costs for new poles, auger, backfilling, conduits, wires, etc. as assessed by FPL and/or other providers. e. Provide tiered TVSS system, at service entrance main breakers and at distribution panels. f. Provide electromagnetic interference protection for: generator, fire alarm, card reader, and all communications equipment. B. Outlets Requirements: 1) Dedicated power and data outlets shall be provided for Copy Machines, Printers, Fax Machines, Data Servers, audio-visual equipment, communication equipment and any other equipment required by manufacturer or based on the power consumption. 2) A maximum of four computers shall be connected to the same power circuit. 3) Convenient receptacles shall be provided for vacuums, scrubbers, polishers, clocks and any other additional equipment requested by MDPLS. 4) Convenient receptacles and data outlets shall be provided at the reading and working area walls. 5) Power/data Outlets shall be provided flush floor mounted creating a grid of 10’ x 10’ in all Patrons’ areas, they shall be at the same distance away from walls and pillars. Floor monuments are not acceptable. Wiremold RFB4-CI-NA or approved equal is acceptable. 6) At coffee/sink counters provide one each GFCI receptacle above the counter on a dedicated circuit. In addition provide one receptacle for under-the- counter refrigerator and one dedicated circuit receptacle for a microwave. 69 of 139 81 12 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 7) Refer to telecommunications system section for additional power service requirements; in addition provide at computer rooms two receptacles on dedicated circuits. 8) Provide one duplex receptacle at all storage rooms. 9) Provide duplex receptacle at all corridors conveniently space every 40 feet for vacuum cleaners or any other equipment. 10) Provide one each GFCI duplex receptacle at Maintenance and/or Storage Rooms. 11) Provide power/data service near the middle of the meeting rooms and/or auditoriums at ceiling level for one overhead ceiling mounted LCD projector. Include new projector mount and extension kit Peerless CMJ455 with projector mount PRG_UNV, hanger brackets ACC455 and extension column ALU018024. Projector by Owner. 12) Under-floor conduits are required in public reading areas, circulation desk, and workrooms. Library staff must review the exact type of system used and locations. Prior to pouring floors, or enclosing conduit in walls, the architect and/or engineer, contractor, representatives from County's MDPLS and ITD departments, and library staff should "walk" the site to make sure that outlets are properly placed. 13) All outlets should provide at least a duplex power receptacle. Data outlets shall be located close to power outlets in the walls and in the same outlets in the floor as described above. Power/data 5outlets shall be located at every public seat in designated areas. 14) Each staff workstation should have a minimum of two duplex outlets, as well as a minimum of two data outlets. 15) All cords and cables should be protected and out of sight. 16) A UPS provided and installed by CONTRACTOR shall be considered for Data equipment or any other critical equipment that require UPS service. 17) The Electrical Engineer of record must consult with Miami-Dade County MDPLS and DCP during the design phase and throughout the project. C. Lighting Requirements: 1) LED light fixtures are recommended throughout the building as well as for exterior lighting. Direct lights from ceiling mounted fixtures are recommended in reading areas. Task lights at readers’ areas shall also be needed. Illumination should be color corrected to be relatively cool (4000° k) in color and even throughout the library. 2) Special attention should be paid to lighting over stack areas to ensure flexibility in the future arrangement of shelving, as well as adequate intensity of lighting necessary to illuminate the lowest shelf area. Consider individual lighting for some of the reading tables. Decorative light fixtures shall be considered in specific spots like individual sits, wall mounted art work or any other ornamental feature. 3) In general the selection of the light fixtures shall be based in a modern state-of- the-art style. MDPLS shall approve light fixture schedule prior to design. 4) Interior Lighting Guidelines: a. Maximize the use of day lighting. b. Use task lighting for tables. 70 of 139 82 13 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 c. Use a dimming system coupled to the daylight within the space. d. Light system shall be automatically controlled through the Building Management System (BMS) based on the Library daily schedule. e. A manual lighting control through regular toggle switches to override the BMS in public areas shall be installed in the front desk. f. Glare shall be minimized. g. Light fixtures location shall consider an easy lamp replacement. h. Night lighting and emergency lighting systems should be separate from the general lighting pattern and switched separately. The night lighting should provide illumination as all times while the building is closed to public. i. Lighting system shall comply with NEC, FBC, ASHRAE and IECC codes and regulations. j. Lighting over or near the projector screen or presentation monitors shall be dimmable and on a separate zone/switch. 5) Exterior Lighting Guidelines: a. Parking lot must meet County Municipal codes. b. Exterior lights shall be controlled through a combination of the BMS system and photocell. c. Security light fixtures attached to the exterior building wall or pole mounted shall be considered. d. Sign lights shall be considered per MDPLS proposal. e. Landscape and exterior art work light shall be considered as per Landscape Architect proposal. 6) Illumination Levels: a.The amount of light, expressed as foot-candles, needed for a specific task is affected by a number of factors includes the tasks to be accomplished, consider individual and working and reading needs of the staff and customers and the accuracy required for the tasks. Carefully consider supplemental illumination in those areas where detailed work is accomplished b.The footcandles levels per areas shall be as follow: c. Reading Areas: 50 foot-candles average, measured horizontally at desktop, and augmented with task lighting where necessary. d. Stacks 20 foot-candles minimum sustained uniformly at floor level. e.Small conference or study rooms: 30 to 50 foot-candles average measured horizontally at desktop. f. Staff areas: 50 foot-candles average on desks or worktables measured horizontally at desktop. g. Meeting rooms and community rooms: 40 foot-candles average with all lights on, and with separately controlled lighting for the podium or front of the desktop. D. Fire Alarm System: 1) Provide a non-proprietary fire alarm system complying with the Florida Fire Prevention Code, NFPA 101, NFPA 72, and the Florida Building Code (latest edition). The fire alarm shall be microprocessor controlled with addressable initiating and notification devices required to form a complete system ready for operation. 71 of 139 83 14 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 2) Fire Alarm drawings shall be included in the Construction document as separated sheets. 3) The Contractor shall provide shop drawings of the system signed and sealed by a Florida registered engineer approved by the authority having jurisdiction to the MDPLS Project Manager. The MDPLS Project Manager and DCP shall review the fire alarm system design and provide comments and feedback if required to the CONTRACTOR. 4) Fire Alarm receipt and signaling must be capable of operating during a single open or single ground fault condition. 5) Fire alarm systems shall be electronically supervised to indicate a break or ground fault condition in all alarm initiating circuits, all alarm indicating circuits and in the circuit from the fire alarm panel to the supervisory central station. A fireman’s override panel shall be provided and connected as part of the new FACS. 6) Alarm initiating circuits shall receive alarms in a maximum of 15 seconds. Trouble and supervisory signals shall be received in a maximum of 200 seconds. 7) At a minimum, systems must be horizontally zoned and the control panel must indicate the location of any alarm or supervisory or trouble signals received. 8) Fire alarm systems shall be provided with a battery back-up power supply in accordance with NFPA 72. All FACS panels shall be equipped with a local printer each for any event notification. 9) CONTRACTOR shall make all necessary provisions for any tie-ins and connections to existing proximity card access panels. 10) An FM-200 or similar inert gas waterless Fire Protection System shall be considered for the Main Telecom and all satellite Telecom Rooms. 11) Integration of Systems: a. FACS shall be self-contained, stand-alone systems. However, a supervised interface must exist between the fire alarm and the controls of air handling systems and other building systems that are designed to change their operation in a fire. 12) Special Fire Alarm System Requirements: a. FA System shall be provided with an emergency telephone system for use by building fire wardens and fire -fighters. The emergency telephone system shall be installed in main exit. b. The fire alarm system is required to have both audible (non-coded) and visible appliances meeting NFPA 72G requirements. The concept of indirect, primary appliance photo-metrics (use of reflected light) should be applied to visual alarms to the extent practical. c. Fire alarm circuits and emergency communications circuits shall be installed entirely in EMT, with a minimum inside diameter of ¾ inch. 13) Manual Fire Alarm Stations: Each fire alarm system must accommodate input from manual fire alarm stations located adjacent to exit corridors or in public corridors that are adjacent to an exit discharge from the building. Additional alarm stations may be provided at any location where there is special risk. 14) Water Flow Switches: Connection to existing/new water flow switches shall be provided. Pressure switches shall be used to signal water flow for dry sprinkler systems. 15) Supervisory Signals: a. (CONTRACTOR) to check Mechanical Section Design Criteria. Supervisory s ignals shall be transmitted under the following conditions: 72 of 139 84 15 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 i. By tamper switches, when control valves are closed either two full turns of a valve wheel or upon 10 percent closure of the valve, whichever is less. This applies to control valves in the supply or distribution lines of automatic sprinkler systems, fire pumps, standpipe systems or interior building fire main systems. ii. Operation of portable emergency generator. iii. Condition of fire pump and power supply for the pump. iv. Loss of primary power to a fire alarm system, fire pump or extinguishing system. v. Low and high air pressure for a dry-pipe or pre-action sprinkler system. vi. Receipt of signal from replaced Communication Room Waterless Protection System controllers. vii. Low water level in pressure tanks, elevated tanks or reservoirs. viii. Abnormal operation signals for emergency generators and fire pumps, such as failure to start automatically, low oil pressure, high cooling water temperature, shutdown from over-speed and low battery condition or battery charger failure. All separate control panels for special extinguishing systems that receive a supervisory signal from the equipment they monitor must, in turn, send a single supervisory signal to the main fire alarm control panel. 16) Trouble Signals: a. Trouble signals shall be transmitted under the following conditions: i. Failure of central processing unit or peripheral equipment in a multiplex system. ii. Wiring faults on supervised circuits, including open, short and ground fault conditions. iii. Loss of DC (battery) back-up or charging. iv. Detector faults for detectors capable of generating a trouble signal. v. All separate control panels for special extinguishing systems that receive a trouble signal from the equipment they monitor must, in turn, send a single trouble signal to the main fire alarm control panel. 17) System Output: a. The output from the fire alarm control panel shall be appropriate to the type of input (alarm) received, as described below. Primary alarms transmitted to the building occupants and to the fire department and other critical signals for emergency equipment operation shall function automatically and not depend on the action of a human being. Any action that is performed automatically by the fire alarm control panel (such as smoke control) shall also be possible by manually overriding the automatic sequence from a fire control center or from the control panel of the fire alarm system. The fire control center shall have the capability of manually canceling or altering the automatic system response for Smoke control system. b. Operation of Manual Fire Alarm, Heat Detector and Water Flow Alarm: In addition to the requirements stated in the Florida Building Code, operation 73 of 139 85 16 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 of a manual fire alarm pull station, heat detector or a water flow alarm switch must result in the following automatic actions: i. Operation of the building fire (evacuation) alarms. ii. Operation of other auxiliary features such as door holder release, unlocking of alarmed (locked) doors, fan shutdown or damper actuation (when directly connected to the main fire alarm control panel). iii. Activation of a visual indicator at the fire alarm control panel and/or at the remote enunciator panel of the exact zone or device in alarm. c.Operation of Smoke Detectors: The activation of a smoke detector connected directly to the main fire alarm panel shall cause operation of an audiovisual alarm at the main fire alarm control panel and/or remote enunciator panel. Building evacuation shall not be initiated by smoke detector activation. d. Operation of the Supervisory System: Receipt of a supervisory signal, either from an individual device or from a special extinguishing system control panel, shall result in the activation of an audiovisual device at the main fire alarm control panel and/or the remote enunciator. The nature (location) of the signal shall be indicated to the maximum extent permitted by the degree of zoning or sophistication of the control panel. e. Operation of the Trouble System: Receipt of a trouble signal, either from an individual device or from a special extinguishing system control panel, shall result in the activation of an audiovisual device at the main fire alarm control panel and/or at the remote enunciator. The location of the signal shall be indicated to the maximum extent permitted by the degree of zoning or sophistication of the control panel. f. Operation of Evacuation Alarms: The fire alarm shall sound throughout the building to alert all occupants to evacuate. Coded alarm systems are not acceptable. g. Operation of Voice Communication Systems: Pre-recorded voice messages shall be used, message content must be designed to fit the needs of the building. Power supply source conductors of the power supply circuit shall be a dedicated circuit. A circuit disconnect device with over current protection shall be clearly marked "Fire Alarm Circuit Control." Any special extinguishing system control panels shall have battery backup. h. Survivability: i. Fire alarm systems shall be designed to operate during any single fire emergency. The capability to simply report supervised conditions and circuit troubles in a fire is not considered sufficient. Wiring for the fire alarm and for the emergency telephone system shall be shielded cable installed in metal conduit or EMT. At least two vertical cable risers shall be installed as remote as possible from each other. The second riser shall be separated from the first riser by at least a 1 hour rated fire wall, not common to both risers. One wire shall be used as the feed and the other as the return. 74 of 139 86 17 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 ii. The wiring shall be installed so that loss of one riser does not prevent receiving or sending an alarm signal or recorded message to or from any floor. Speakers shall be installed so that a break or ground fault does not prevent operation of more than approximately one half of the speakers within a communication zone. They shall be alternately connected to two separate circuits feeding each zone, and shall be run in separate risers. The speakers shall be connected to a return loop running to each zone in one riser and returning in a separate riser. iii. Testing: All fire alarm systems must be maintained and tested in accordance with NFPA 72H. j. UPS: All UPS/Battery Back-Up power supplies shall be on emergency power, along with their respective protected device and shall be monitored and addressable by new BMS system. (All fire alarm power supply devices shall be monitored by an addressable device) k. Warranty: i. All new manufacturer’s equipment and labor shall be covered for a period of one (1) year commencing with the execution of the certificate of final acceptance or substantial completion as defined or determined by the MDPLS Project Manager and project review committee. The Contractor’s manufacturer transferring all rights of enforcement to Miami-Dade County at no additional charge shall duly execute this warranty. For certain products and mechanical systems, as deemed necessary by the MDPLS Project Manager, the warranty period shall be as stipulated within the specifications and the warranty period shall commence from the date the individual equipment or product is placed into full productive service. ii. Alarm panels and other elements which require periodic inspection and/or testing should be placed where they are easily accessible to authorized personnel without disrupting library activities or becoming an attractive nuisance. E. Security System: To reduce opportunities for breaking and entering after hours, a night lighting system should be provided and infrared motion detectors. A security system to monitor unauthorized entry into the building is required. F. Lightning Protection System: 1) To General: Provide and install a complete lightning protection system in compliance with the specifications and standards of the most current editions of the National Fire Protection Association’s Lightning Protection Code NFPA-780 and Underwriters Laboratories Lightning Protection Code UL96- A. The system shall be installed by a lightning protection contractor who is listed by Underwriters Laboratories, Inc. 75 of 139 87 18 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 2) Materials: All lightning protection materials and components shall comply in weight, size and composition with UL96-A and NFPA-780 lightning protection material code requirements for this type of structure. 3) All materials shall be copper, bronze, or stainless steel. Aluminum components shall be used in locations where system components are mounted to aluminum surfaces to avoid galvanic corrosion of dissimilar metals. Class I materials shall be used. 4) Installation: Air terminals may be of copper or aluminum and shall project a minimum of 10 inches above the object to be protected. Air terminals shall be placed at an interval not exceeding 20 feet along ridges and around perimeters and not more than 24 inches from ridge ends, roof edges and the outside of corners of protected structures. On mid-roof sections, additional air terminals shall be located at intervals not exceeding 50 feet. Prominent non-metallic objects or metal objects having a thickness of less than 3/16 inch require the installation of air terminals and conductors as required. 5) Copper or aluminum conductors or the size required by UL-96A and NFPA -780 code requirements shall interconnect all air terminals and provide a two way path to the ground form all air terminals and provide a two-way path to the ground from each air terminal. Conductors shall maintain a horizontal and/or downward path to the ground and shall be free of excessive splices and sharp bends. No bend shall form an included angle of more than 90 degrees or have a radius of less than 8 inches. Fasteners shall be placed on each run of exposed conductor at intervals not exceeding 3 feet. Down conductors shall be spaced at intervals averaging not more than 100 feet around the perimeter of the structure. A structure shall never have fewer than 2 down conductors. In the case of structural steel frame buildings, cable down conductors may be omitted. Roof conductors shall be instead connected to the structure’s steel frame at intervals averaging not more than 100 feet around the perimeter. Connection to the steel frame will be made with bonding plates which provide a minimum of 8 square inches of contact. 6) Roof penetration is required for down conductors or for connection to structural steel framework shall be made using thru-roof assemblies with solid bars and appropriate roof flashings. Conductors shall not pass directly through the roof. Roof flashings compatible with the roofing system shall be furnished and installed by the roofing contractor per roofing manufacturer’s specifications. 7) All cable connections shall beet specifications for Class I and Class II systems with bolt pressure fittings preferred. All fasteners used in these connectors shall be comprised of stainless steel. 8) Common grounding of all grounding mediums within the building shall be ensured by interconnecting with main size conductors and fittings. All other metal bodies shall be bonded as required by NFPA-780 and UL96A. 76 of 139 88 19 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 9) Ground Terminations: Each downlead shall terminate in a ground connection below finished grade. Ground terminations shall consist of 5/8 inch x 10 foot (minimum) copper-clad steel ground rods. The down conductor shall be connected to the ground rod using a bronze ground clamp having at least 1- 1/2 inches of contact between the rod and the conductor. The rods shall be located a minimum of 1 foot below grade, a minimum of 2 feet from the foundation and extend a minimum of 10 feet vertically into the earth. In instances where structural steel framework is utilized as down conductors, the perimeter columns shall be grounded at intervals averaging not more than 60 feet. Columns shall be bonded using bonding plates with 8 square inches of surface contact. Conductor from ground connections to the ground terminations shall be Class II copper lightning conductor. 10) Inspection and Certification: Upon completion of the installation, the contractor shall furnish the Master Label issued by Underwriters Laboratories, Inc. for this system. If the protected structure is an addition to or is attached to an existing structure is an addition to or is attached to an existing structure that does not have a lightning protection system, the contractor shall advise the Owner of installation requirements on the existing structure to obtain the Master Label. If the existing structure does have a lightning protection system, the contractor shall advise the Owner of any additional work required on the existing system to achieve compliance with current UL Master Label requirement. PROJECT SPECIFIC DESIGN CRITERIA – TELECOMMUNICATIONS SYSTEMS A. The Contractor shall include as part of the team a wide range of professional services in support of enterprise software, enterprise storage, enterprise (high- end) computing, networking and communications, and mobile and wireless. The Contractor must have the expertise necessary to design, build, and maintain complex network infrastructures in support of today’s information dependent applications. The Contractor must be able to perform storage needs assessments and design, implement, and manage IT infrastructure solutions that provide consolidated environments that supports critical data flows over multiple networks. B. The Contractor must have a proven logistics and integration practice available that can handle all equipment from warehouse and storage to integration and testing, and finally, to deployment. C. Maintenance and Ongoing Support: The Contractor must offer onsite maintenance support and call support for their product solutions and provides onsite engineering support to provide hands on training for a period of 3 years extending beyond the 1 year warranty period. D. Meeting Rooms (Open meeting room and enclosed Large Meeting Room) – 1. Include, as a minimum, a projection display system for the auditorium with a built- in ceiling mounted digital projector. Images shall be projected onto a built-in motorized projection screen. The projector shall be ceiling mounted and built-in 77 of 139 89 20 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 to the proposed finished acoustical ceiling as to provide for both a finished look while simultaneously allowing for ease of maintenance. The proposed mounting solution must avoid the presenter from interfering with the projected image and prevent both the audience and presenter from casting shadows on the projection screen. The Contractor can offer, if deemed necessary by the proposed design, additional synchronized displays on motorized wall mounts to support viewers in the more distant seats. These motorized mounts will allow the displays to be folded against the wall when their use is not required and will be controlled from the lectern mounted panel. Provide proper backing (mounting boards) secured to the building structure and locate stub-up conduit and electrical service to support the installation of these displays. The presentation system must support Teams and Zoom and other similar platforms. 2. Lectern & Lectern Equipment – Provide a lectern to house source equipment used during presentations. This includes a Blu-Ray player, a client furnished dedicated PC and gooseneck microphone for speech reinforcement. The lectern shall include a laptop or mobile device connection for displaying content on the system. Support for HDMI, VGA, DisplayPort, and Video shall be provided to give users a variety of options to choose from. Also provide wireless presentation gateway device and wireless access point that will allow presenters to use wireless tablets, cell phones or any other wireless device running “iOS”, “Android” or Windows Operating Systems. Additionally, presentation content can be shared with the audience for viewing and saving on their personal wireless devices. 3. Coordinate and obtain approval of color selections of lectern and room finishes with Owner. The lectern will house most of the A/V equipment to be used in the Auditorium. This will decrease the required number and amount of wiring to be passed through the available customer installed conduit between the lectern location and the equipment rack. There will be additional rack space available in the lectern for future equipment installation. The color touch panel controller will be permanently mounted to and housed on the lectern. All system wiring between the lectern, main A/V system and displays shall be CATx based. 4. Video Infrastructure a. Provide a system to support video distribution of all connected video sources throughout the library. All input wall plates and video displays will be connected to this switch so that either multiple video sources or a single video source can be viewed on a single display or all the displays. This allows a presentation from the Auditorium to be sent to other areas of the library for overflow purposes. This video infrastructure supports all video formats up to and including High Definition or higher. All video sources connected to the system will be scaled so that the native resolution and aspect ratio are retained. 5. Audio a. The Auditorium audio system shall consist of multiple self-powered, beam steerable, array type column speakers providing surround sound for program audio playback supplemented by a distributed in-ceiling speaker system of full range speakers installed into the ceilings. 78 of 139 90 21 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 b. The column speakers will project sound in a very controlled pattern for maximum coverage and minimize reflections off the floors and ceiling to the extent possible. c. Provide, as part of the scope of Work, analysis of the space using data gained from site plans, manufacturers’ performance data and specialized modeling software to ensure correct response of the installed audio system. During installation the audio system will be electronically “tuned” to site-specific conditions and criteria to ensure the optimum operation and response. d. Provide two wireless microphones (lapel and hand held) for presenters that are NOT going to use the lectern. e. Provide a multi-channel Audio Video Bridge (AVB) and Acoustic Echo Cancellation (AEC) enabled audio Digital Signal Processor (DSP) to handle the Library’s distributed audio system. Also include mic / line inputs with AEC, and standard mic/line inputs. In addition, the Contractor will add line level outputs to feed multi-zoned audio throughout the facility. Audio source and audio zone selection and control is via touch panel located on the Auditorium lectern and individual small form factor audio control touch panels located conveniently throughout the facility. A channel mic / line AVB enabled expander is located in the lectern for microphone and program audio transport from the lectern to the main distributed audio system over standard wiring. A dedicated port AVB enabled Ethernet switch will be locate in the main system rack to provide for easy future expansion of the Library’s audio system. f. The audio DSP that manages all of the program and speech audio shall be connected up to two (2) traditional analog phone lines (POTS) and up to two (2) VOIP (Voice Over IP) lines, which will allow for the mics to be used to connect to other sites in an audio only conference. g. Control - The Contractor will include a push-button control system, installed and programmed that includes a rack mounted processor and a lectern-mounted touch panel. The touch panel will be permanently mounted to the lectern using the included table top stand. h. The system will be programmed to control the following: i. System Power ON/OFF ii. Routing of Sources to Displays iii. Volume Control and Muting iv. Blu-Ray Player Control v. Audio Call Control (If enabled) E. Rack, Cabling, Hardware, and Accessories 1. Provide the necessary Rack Unit slide out and rotating equipment racks that will installed in the designated space. The main system rack and the lectern racks rack will feature series mode surge protection and power distribution as well as a backup UPS to enable the safe shutdown of the system in the event of a power failure. Include all cabling, connectors, adapters, and all cable management accessories. F. Digital Signage 1. Provide a High Definition, networked Digital Signage Server appliance. The server will be connected to the Digital Media switch located in the Auditorium so 79 of 139 91 22 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 that its output can be distributed to any of the displays located in other areas and the Meeting Rooms. The distributed Digital Signage system must be centrally administrated. G. Small Interactive Conference Rooms 1. Provide a featured Video and Audio Teleconferencing suites. The conference room will feature a wall mounted INTERACTIVE display in the front that connects to the table and provides VGA + Audio and HDMI connectivity to the screen. USB connections will be extended to the table so that users may interact with their PC’s content from the display. Audio will be supported by the displays internal amplifier and speakers. A multi-format, multi-input 3- Series Digital Media Presentation System will be included to process and control audio and video system inputs. This presentation system will be integrated with a system control processor and is interfaced by a flip top color touch panel located in the table. A High definition video camera will be installed and interfaced with a High Definition video screen. The conference room can connect to separate sites. The Conference Room will contain an “A/V Bridge” conferencing device that enable the use of the room’s video camera and microphones with the participant’s laptop or PC with their own personal Video Teleconferencing clients such as Teams, Zoom, Skype, Google Talk or other compatible services. In addition to the wired interfaces located at the table, a Wireless Presentation Gateway and a dedicated Wireless Access Point (WAP) will be included to allow users of these rooms to present or serve content from any wireless device such as tablets and cell phones. Audio and Video Teleconferencing participants’ audio will be captured by ceiling mounted gooseneck microphones. Program audio will be reproduced by the display speakers while Audio and Video Teleconferencing will be reproduced by ceiling mounted speakers. Microphone processing is handled by a dedicated Digital Signal Processor (DSP), which includes a single analog telephone line interface (POTS). All system control functions will be available from the color touch panel located at the table such as audio and video source routing, dialing functions, and room volume control including microphone level and muting. H. Room Scheduling 1. Provide wall mounted screen outside the conference room and the auditorium, which will depict the schedule of events for that particular room. The panel will connect through a software, that will connect back to the Library’s Email to display who has booked the room and when. Provide software to allow control and scheduling by authorized Library personnel only. I. Common Area / Reading Area 1. Provide wall mounted or ceiling mounted LED/LCD displays at convenient locations throughout these areas, i.e. Children’s Reading, Adult Reading, etc. The Library typically will use these displays for providing information or as signage. When not being used as digital signage, Library staff shall be able to connect devices with either a VGA or HDMI output for transmitting video and audio through the display equipment. Each display shall be capable to provide both independent programming and simultaneous programing. These displays will contain a scheduling function that can be set to turn the display on or off at predetermined times of the day. The input plates are auto-sensing for signal type and do not require the use of the displays’ remote controls. Overall volume 80 of 139 92 23 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 setting of the displays will be controlled by the source device plugged in to the wall plates. a. When this area is to be used for a performance such as a book reading or other type of presentation, a small rolling equipment rack is supplied with additional equipment that turns this space in to a dual display multimedia center and Public Address system. The small rack contains a mounted Audio / Video input plate that supports both Standard Definition (SD) and High Definition (HD) video inputs on standard RCA and HDMI connections which enables the use of a wide variety of audio and video sources. b. The video inputs are auto-sensing and require no intervention other than plugging in the source device to the appropriate connector on the front panel and the two HDMI outputs on the rear of the rack to the wall plates under each display. A single channel wireless microphone system will be supplied with both a handheld and lapel microphone for use by a single presenter. These microphones will also be paired with a secondary receiver (located in the Auditorium) so that the presenter can be heard over the background ceiling speakers in the Main area should the audience extend beyond the range of the column speakers used at the performance space. These column speakers are set to only reproduce audio within the immediate area of the performance space. Connection to these column speakers is via two speaker level audio cables connected between the small rack and an input plate located at the performance space wall. c. When not in use, the cables are stored with the small rack and the rack itself rolled away and stored in a secure location. Overall volume control of the system is adjusted by an intuitive touch panel with LCD screen that is mounted to the front of the small rack above the A/V input panel. d. Background Audio System, Ceiling Speakers - The Main Area contains a multi-zoned, multi-speaker background audio system with paging ability. The area must be divided in separately adjustable “zones” between the front and rear of the Main Area starting behind the reception desk. Each zone can be turned on or off and volume level adjusted to meet the changing needs or requirements of the space. When required, each of these zones can be incorporated with the performance space’s wireless microphone. Each of the zones has a wired and wall mounted control pad with a small display showing available choices and controls available for each zone. A single desktop style, with a push to talk button is supplied for paging functions within the Main Area. J. Outdoor Audio System (If applicable) 1. Provide an outdoor sound system to serve the outdoor zones with sufficient speakers to serve the area. The source for the audio will be Library furnished and be the same as the background audio system located in the Main Area as well as the paging system. These zones may also reproduce audio from the Performance Area wireless microphone 81 of 139 93 24 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 when required. Additional control pads with a small display showing available choices and controls for each zone are supplied. The amplifiers will be mounted inside the equipment rack and cabled to each zone of in- ground speakers. 2. These speakers will be design to blend in with the landscaping and provide maximum 360-degree coverage. 3. Provide wall mounted or ceiling mounted weatherproofed LED/LCD displays at convenient locations throughout the outdoor area. The Library typically will use these displays for providing information or as signage. When not being used as digital signage, Library staff shall be able to connect devices with either a VGA or HDMI output for transmitting video and audio through the display equipment. Each display shall be capable to provide both independent programming and simultaneous programing. These displays will contain a scheduling function that can be set to turn the display on or off at predetermined times of the day. The input plates are auto-sensing for signal type and do not require the use of the displays’ remote controls. Overall volume setting of the displays will be controlled by the source device plugged in to the wall plates. 4. When this area is to be used for a performance such as a book reading or other type of presentation, a small rolling equipment rack is supplied with additional equipment that turns this space in to a dual display multimedia center and Public Address system. The small rack contains a mounted Audio / Video input plate that supports both Standard Definition (SD) and High Definition (HD) video inputs on standard RCA and HDMI connections which enables the use of a wide variety of audio and video sources. 5. The video inputs are auto-sensing and require no intervention other than plugging in the source device to the appropriate connector on the front panel and the two HDMI outputs on the rear of the rack to the wall plates under each display. A single channel wireless microphone system will be supplied with both a handheld and lapel microphone for use by a single presenter. These microphones will also be paired with a secondary receiver (located in the Auditorium) so that the presenter can be heard over the background ceiling speakers in the Main area should the audience extend beyond the range of the column speakers used at the performance space. These column speakers are set to only reproduce audio within the immediate area of the performance space. Connection to these column speakers is via two speaker level audio cables connected between the small rack and an input plate located at the performance space wall. 6. When not in use, the cables are stored with the small rack and the rack itself rolled away and stored in a secure location. Overall volume control of the system is adjusted by an intuitive touch panel with LCD screen that is mounted to the front of the small rack above the A/V input panel. K. Customer Support Agreement 1. The Contractor shall provide as part of the scope of Work a customer service agreement to cover all site visits and equipment repair or replacement associated with the audiovisual systems in the spaces described in their proposal. 82 of 139 94 25 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 2. Help Desk Support a. Provides Tier 1 technical support for integrated systems and video conferencing equipment b. Provides Tier 2 technical support via TI specialists or selected vendor partners c. Provides company-wide technician dispatch to support on-site problem resolution d. Documents and tracks all help requests via our event ticketing database system 3. Preventative Maintenance Visits a. Include a schedule with pre-determined site visits to provide preventive maintenance, firmware upgrades, and systems operation check. b. Perform preventive maintenance that includes inspection, cleaning, alignment, and replacement of consumable items per the manufacturer’s recommended schedule c. Evaluate and install applicable manufacturer provided firmware/software corrections and operational upgrades d. Perform systems operation check that includes a complete functionality test and performance verification of video and audio systems e. Answer system operation questions or provide informal basic end user/ operator training f. Provide a copy of the system checkout results to client, identifying needed action items 4. Unlimited-Unscheduled Service Visits a. Arrive on-site within 8 business hours after determination on-site service is required b. Perform necessary systems diagnostics to isolate the issue(s) within the system c. Correct problems related to equipment configuration, set-up, or connectivity d. Escalate equipment failures to determine the most expeditious method required to restore normal system operation e. Schedule return visits as needed for equipment replacement L. Telecommunications System 1. The Contractor will provide all materials needed for the job. The Contractor will be providing the electrical as well as any conduit needed to pass copper cabling within the open areas. All telecommunication cables for this project must be rated Category 6X or higher and terminated using T568-B standards unless otherwise noted. All subfloor data cables are to be jell filled Cat6 cable and all plenum Data cables should be according to the Miami Dade County standards at time of construction. All CATV cables must follow the Miami Dade County standards. All conduits are to meet NEC standards and not exceed 40% fill. All wiring is to be guaranteed for 10 years. 83 of 139 95 26 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 2. The Contractor will include wiring of all data/voice outlets. All low voltage sleeves must have plastic bushings on ends prior to running cable and be fire stopped upon completion of all runs. Review DATA room rack placement and installation with Library staff prior to performing. a. The Contractor shall work in agreement and coordinate all the telecommunications items of work with ITD Project Manager to facilitate the installation and wiring of all the equipment associated with the voice and data systems. b. The Contractor must coordinate with AT&T or Comcast or other service provider and Cable Company to run the wiring underground to on site main telephone/data room. c. Typically for data/VOIP cabling provide 3/4” inch conduit with pull wire/string extended 8” above ceiling space d. ¾” conduit and a ¾” x 18” x 18” fire retardant plywood shall be provided to all WAP location e. ¾” conduit shall be provide to CCTV cameras location from the Master Distribution Facility (MDF). f. Cabling shall be provide to accommodate Access Points and CCTV cameras, indoor and outdoor providing coverage to all Library areas. g. VOIP/data wiring and power wiring shall run in separate conduits. h. Each node shall have two cables run to the telecom room patch panel. i. Low Voltage conduit and cabling shall be provide to accommodate the Audio Visual Systems j. Low voltage conduit and cabling shall be provide to accommodate the Digital Signage System. k. All conduit and cables in finished areas shall be concealed from view and terminate at approved connection/plug-in points. M. Data Rooms 1. Mount backer board to all MDF interior wall. 2. Install the free standing racks in DATA room at least 3’ from wall. 3. Wall mount a power strip 4. Run 4 drops to each of the areas marked on the floor plan as wireless “w”. These drops are to be terminated in surface mount boxes located within the plenum space as per drawings or flush mount faceplates that are to be installed on columns at 96” above finished floor. 5. Label all drops in sequential order to corresponding patch panels A through F. Please label the jacks as follows: for the first patch panel all drops should be label A1…A48, for the second patch panel B1…B48 and so forth until the last patch panel K1…Kxx 6. Provide a 10-year warranty on all cable installations and provide as-built and cable speed certification test results for all copper and fiber runs to Library staff. N. Project Management Plan 1. Information Technology Department (ITD) will monitor all aspects of the contract, from initiation of a task to final solution delivery, while maintaining open communication channels between staff, management, 84 of 139 96 27 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 and project personnel. ITD will work with project leads to ensure that the project is completed on-time with appropriate personnel. Using a work breakdown structure method to prepare and monitor task deliverables. The Contractor will execute based on a current, detailed overview of the work requirements of the project’s task areas at all times. O. Miscellaneous Telecommunication 1. At a minimum, Contractor shall provide connection nodes (made up of two electrical outlets and four data connections) as indicated below: a. Children’s Lounge i. 9 wall nodes ii. 8 floor nodes iii. 3 high wall nodes, possibly TV iv. 2 nodes on the ceiling b. Main lobby i. 8 floor nodes ii. 4 wall nodes iii. 2 ceiling nodes c. Private Offices i. 3 wall nodes d. Adult reading i. 16 floor nodes ii. 20 wall nodes iii. 2 ceiling nodes e. Work Area (Room) i. 2 wall nodes in breakroom ii. 2 wall nodes in office iii. 8 floor nodes in work room iv. 6 wall nodes in work room v. 2 ceiling nodes in work room f. Receiving i. 2 wall nodes g. Meeting Room i. 8 floor nodes ii. 8 wall nodes iii. 4 ceiling nodes iv. High wall nodes on three walls v. 1 electrical and switch connections on main wall for screen h. Courtyard Lobby i. 2 floor nodes, LTBD ii. 4 wall nodes iii. 3 wall nodes high, possible TV iv. 2 ceiling nodes (possible WiFi) i. Innovation Rooms i. 6 wall nodes ii. 4 floor nodes iii. 1 ceiling node j. (Not Used) 85 of 139 97 28 | PA GE MIAMI-DADE PUBLIC LIBRARY SYSTEM DESIGN CRITERIA 06-FEB-2024 k. Telephone system (IP) to include at least a public address system and single dialing to all units from each location, caller ID and message recording built-in. l. CCTV i. Depending on the layout of the floorplan, 30 cameras. Currently utilizing Cat6 wiring but would need to use the industry standard at the time of installation. CCTV cameras would cover all public areas, work area, electrical, data, and mechanical rooms; courtyard area, entrances and external areas, including drop off driveway, and parking lot. See attached Volume II – Exhibit B for proposed camera locations. MDPLS may request additional cameras be provided at any time during the design review at no additional cost to the project. 2. CAT 6 wiring herein proposed is as a minimum standard and may not be the industry standard at the time of construction. Contractor shall include in his proposal the costs for providing latest state-of-the-art industry standard wiring at the time of construction. 3. The final location of all nodes is to be determined during design. 4. The CONTRACTOR shall work in agreement and coordinate all the telecommunications items of work with MDPLS Project Manager and Library’s IT staff to facilitate the installation and wiring of all the equipment associated with the voice and data systems. 86 of 139 98 Interior Access Points The library uses Meraki MR45 and MR46 model access points for the interior of library locations. •MR45/46 Datasheet – https://documentation.meraki.com/MR/MR_Overview_and_Specifications/MR46_Datasheet •Installation Guide – https://documentation.meraki.com/MR/MR_Installation_Guides/MR46_Installation_Guide •Access Points can be mounted either on the ceiling or on the wall, 8 inches below the ceiling line o For drop ceilings, access points mount on the T-rails, data wiring can be run free wire back to telecom area if ceiling is accessible, if not accessible, ¾ inch conduit runs for data wiring back to the telecom area are needed o For hard ceilings, access points require single gang outlet boxes, flush mounted with the ceiling and the associated ¾ inch conduit runs for data wiring back to the telecom area are needed and must be grounded o For wall mounted, access points require single gang outlet boxes, flush mounted with the wall ▪If ceiling is accessible, data wiring can be run free wire back to telecom area from outlet box ¾ inch conduit whiptail into ceiling area ▪If ceiling is not accessible, the associated ¾ inch conduit runs for data wiring back to the telecom area are needed and must be grounded o At least 10 inches of clearance are needed around the outlet boxes to facilitate installation Exhibit E-3 LIBRARY CCTV AND WIFI REQUIREMENTS 87 of 139 99 Interior Cameras The library uses Meraki MV12W and Meraki MV22X model cameras for the interior of library locations. •MV22X Datasheet – https://meraki.cisco.com/product-collateral/mv22-datasheet/?file •MV12W Datasheet – https://meraki.cisco.com/wp-content/uploads/2020/05/meraki_datasheet_mv12.pdf •Cameras can be mounted either on the ceiling or on the wall, 8 inches below the ceiling line o For drop ceilings, cameras mount on the T-rails, data wiring can be run free wire back to telecom area if ceiling is accessible, if not accessible, ¾ inch conduit runs for data wiring back to the telecom area are needed o For hard ceilings, cameras require single gang outlet boxes, flush mounted with the ceiling and the associated ¾ inch conduit runs for data wiring back to the telecom area are needed and must be grounded o For wall mounted, cameras require single gang outlet boxes, flush mounted with the wall ▪If ceiling is accessible, data wiring can be run free wire back to telecom area from outlet box ¾ inch conduit whiptail into ceiling area ▪If ceiling is not accessible, the associated ¾ inch conduit runs for data wiring back to the telecom area are needed and must be grounded o At least 6 inches of clearance are needed around the outlet boxes to facilitate installation o Mounting Options and Guidelines Factsheet – https://documentation.meraki.com/MV/Physical_Installation/MV_Mounting_Options_and_Guidelines 88 of 139 100 Exterior Cameras The library uses Meraki MV72X and Meraki MV63X model cameras for the exterior of library locations. •MV72X Datasheet – https://meraki.cisco.com/product-collateral/mv72-datasheet/?file •MV63X Datasheet – https://meraki.cisco.com/product-collateral/mv63-cloud-managed-smart-camera/?file •Cameras can be mounted either on an overhang ceiling or on the wall, 8-12 feet from the ground o For ceiling mounted, cameras require double gang outlet boxes, flush mounted with the ceiling and the associated ¾ inch conduit runs for data wiring back to the telecom area are needed and must be grounded o For wall mounted, cameras require double gang outlet boxes, flush mounted with the wall and the associated ¾ inch conduit runs for data wiring back to the telecom area are needed and must be grounded ▪Wall mount arms are also available from Meraki, if desired ▪Wall Mount arm dimensions •https://files.mtstatic.com/site_13505/10913/0?Expires=1648730862&Signature=sHK6t2 nRHE5Qdb079YB0o7kUhFbtKvlItDONHSf- ~opgEbcrTfBlPQA8Ggx5FQDqCGguPFXitjHMmgArsECSACmZ95ma7PCEmTIXcYIDiZ - ndTiEE4hZqOf7mZ90givwWZ1tA8ObmglXoxs~GF~grXgfo86KZ -ozp7~6wPfe1WY_&Key- Pair-Id=APKAJ5Y6AV4GI7A555NA •https://meraki.cisco.com/product/security-cameras/security-cameras- accessories/conduit-back-box-63-93/ •https://meraki.cisco.com/product/security-cameras/security-cameras-accessories/wall- mount-bracket-63-93/ •https://meraki.cisco.com/product/security-cameras/security-cameras-accessories/wall- mount-l-bracket-mv63-mv93/ o At least 6 inches of clearance are needed around the outlet boxes to facilitate installation o Mounting Options and Guidelines Factsheet – https://documentation.meraki.com/MV/Physical_Installation/MV_Mounting_Options_and_Guidelines 89 of 139 101 Exterior Access Points The library uses Meraki MR86 model access points for the exterior of library locations. •MR86 Datasheet – https://documentation.meraki.com/MR/MR_Overview_and_Specifications/MR86_Datasheet •Installation Guide – https://documentation.meraki.com/MR/MR_Installation_Guides/MR86_Installation_Guide •Access Points are usually mounted on the wall 8-12 feet from the ground •Access Points require double gang outlet boxes, flush mounted with the wall and the associated ¾ inch conduit runs for data wiring back to the telecom area are needed and must be grounded •Access Points utilize 1 of 3 different types of antenna model styles, depending on the needs of the site o Omni Antenna (most commonly used) ▪At least 1 ft of clearance are needed around the outlet boxes to facilitate installation ▪Factsheet – https://meraki.cisco.com/product-collateral/dual-band-omni-antennas-4-7-dbi- datasheet/?file o Dual Band Antenna ▪At least 2 ft of clearance are needed around the outlet boxes to facilitate installation ▪Factsheet – https://meraki.cisco.com/lib/pdf/meraki_datasheet_antenna_dual_band_patch_8dBi_6dBi.pdf o Directional Dish Antenna ▪At least 3 ft of clearance are needed around the outlet boxes to facilitate installation ▪Factsheet – https://www.cisco.com/c/en/us/td/docs/wireless/antenna/installation/guide/ant2513p4mn.ht ml 90 of 139 102 Exhibit 4 LIBRARY EQUIPMENT ITEM DESCRIPTION PICTURE NOTES ALL IN ONE COMPUTER AIO 23.8" FHD 1920x1080 IPS Non- Touch Anti-Glare, Camera, Integrated Graphics DIGITAL BARCODE SCANNER Zebra Symbol DS8108- SR Corded 2D/1D Handheld Digital Barcode Scanner Includes Stand Heavy- Duty Shielded 7FT USB Cable 91 of 139 103 RECEIPT PRINTER Thermal Receipt Printer Star 743 Printer, Grey, USB 2.0 cable 6ft black, with autocut and 3- year Mfr. Warranty CHARGING CART FOR LAPTOPS Ergotron Zip40 Charging Cart UNDERCOUNTER STAFF PRINTER Xerox Phaser 6510 Laser Printer 92 of 139 104 PUBLIC PRINTER TOSHIBA Studio 3515ac Power requirements: Dedicated 20 Amp Receptable SELF CHECK-OUT Bibliotheca Self- Checkout 1000 freestanding kiosk (black) 93 of 139 105 PAYMENT MACHINE JAMEX 6557 94 of 139 106 pg. 1 Bid and Build Technical Specification for: Structured Cabling Standards Exhibit 5 95 of 139 107 pg. 2 PUBLICATION RECORD Document Version Publication Date Primary Author Description Revision 1.0 November 2018 Cabling Standard Cat 6+ Premium Revision 1.1 January 2023 Cabling Standard Cat 6E+ Premium 96 of 139 108 pg. 3 TABLE OF CONTENTS PART 1 - GENERAL SPECIFICATIONS ................................................................................................ 4 1.1 SCOPE ...................................................................................................................................................... 4 1.2 REGULATORY REFERENCES: .................................................................................................................... 5 1.3 APPROVED VENDORS .............................................................................................................................. 6 1.4 APPROVED PRODUCTS ............................................................................................................................. 6 1.5 WORK INCLUDED .................................................................................................................................... 7 1.6 SUBMITTALS ............................................................................................................................................ 7 1.7 QUALITY ASSURANCE ............................................................................................................................. 8 1.8 DRAWINGS .............................................................................................................................................. 9 PART 2 - PRODUCTS ........................................................................................................................... 10 2.1 EQUIVALENT PRODUCTS ........................................................................................................................ 10 2.2 WORK AREA OUTLETS .......................................................................................................................... 11 2.3 PATCH PANELS ...................................................................................................................................... 12 2.4 RACKS, CABINETS, AND CABLE MANAGEMENT ...................................................................................... 14 2.5 CABLE SUPPORT .................................................................................................................................... 16 2.6 HORIZONTAL DISTRIBUTION CABLE ...................................................................................................... 18 2.7 BACKBONE CABLE ................................................................................................................................ 19 2.8 FIBER OPTIC CONNECTOR OPTIONS ....................................................................................................... 20 2.9 FIBER OPTIC CONNECTING HARDWARE ........................................................................................ 21 2.10 COPPER CABLE PROTECTION UNITS ...................................................................................................... 22 2.11 PATCH CORDS ....................................................................................................................................... 22 2.12 GROUNDING AND BONDING ................................................................................................................... 25 2.13 FIRESTOP ............................................................................................................................................... 26 PART 3 – EXECUTION ......................................................................................................................... 27 3.1 FIBER BACKBONE—STRANDS OF FIBER WILL VARY DEPENDING ON PROJECT ........................................ 27 3.2 COPPER BACKBONE ........................................................................................................................ 27 3.3 WORK AREA OUTLETS .......................................................................................................................... 27 3.4 HORIZONTAL DISTRIBUTION CABLE INSTALLATION .............................................................................. 28 3.5 HORIZONTAL CROSS CONNECT INSTALLATION ...................................................................................... 29 3.6 OPTICAL FIBER TERMINATION HARDWARE ............................................................................................ 30 3.7 BACKBONE CABLE INSTALLATION ........................................................................................................ 31 3.8 COPPER TERMINATION HARDWARE ....................................................................................................... 31 3.9 RACKS ................................................................................................................................................... 32 3.10 FIRESTOP SYSTEM ................................................................................................................................. 32 3.11 GROUNDING SYSTEM............................................................................................................................. 32 3.12 IDENTIFICATION AND LABELING ............................................................................................................ 32 3.13 TESTING AND ACCEPTANCE................................................................................................................... 33 3.14 APPROVED FIBER OPTIC TESTING EQUIPMENT ........................................................................ 35 3.15 APPROVED TESTING EQUIPMENT ........................................................................................................... 35 3.16 SYSTEM DOCUMENTATION .................................................................................................................... 36 3.17 PROGRESS DOCUMENTATION ................................................................................................................ 36 3.18 TEST RESULTS ....................................................................................................................................... 36 3.19 AS-BUILT DRAWINGS ............................................................................................................................ 37 4 WARRANTY AND SERVICES ............................................................................................ 38 4.1 WARRANTY ........................................................................................................................................... 38 4.2 CONTINUING MAINTENANCE .................................................................................................................. 39 4.3 CLOSE OUT PACKAGE FORMAT .............................................................................................................. 39 4.4 PAYMENT ........................................................................................................................................... 39 4.5 APPROVAL REQUESTS .................................................................................................................... 39 4.6 FINAL ACCEPTANCE & SYSTEM CERTIFICATION ................................................................................... 39 APPENDIX A - DISTANCE LIMITATIONS………………………...………………………………………..37 APPENDIX B - PART NUMBERS………………………………..……………………………………….....38 97 of 139 109 pg. 4 PART 1 - GENERAL SPECIFICATIONS 1.1 SCOPE A. This document describes the products and execution requirements relating to furnishing and installing Telecommunications Cabling at new or remodeled buildings for the end user. Backbone and horizontal cabling comprised of copper and fiber cabling, and support systems (new building projects & floor/building retrofit) are covered under this document. B. The types of installation work covered under this document are defined as New Builds, Projects, and Moves Adds and Changes (MAC). New build is defined as a project where the building is a new build from the ground up. A Project is defined as anything that is greater than 10 drops and is inside of an existing facility. MACs are defined as projects where there are 10 or less drops to be installed, removed, or changed. MACs should be kept to the standard of the current cable plant that is installed at that site. C. The Horizontal (workstation) Cabling System may have multiple types of outlets in each end user office including, but not limited to wall-mounted voice/data, floor- mounted voice/data, furniture-mounted voice/data, and ceiling mounted data. Product specifications for each type of work area outlet are noted in the Products Section. Only one cable will be ran for each outlet. D. The horizontal cables shall be 4-pair plenum or riser rated UTP Category 6 for all data terminations. The cables shall be installed from the Work Area Outlet to the appropriate Telecommunications Room (TR) and routed to the appropriate, 48-port patch panels, serving that area and terminated as specified in this document. The standards recommend (2) Category 6A for each WAP unless otherwise noted. E. The Data Backbone shall consist of minimum 24-strand interlocking armored, plenum rated tight buffered, multi-mode 50/125 um. The data backbone shall be designed with an OM4 minimum standard capable of accommodating 10G uplinks to IDF's. Fiber strand count should be the greater quantity of either 12 strands or 200% of initial minimum required strand count. Fiber optic strands shall be terminated with LC connectors at each end, within a rigid fiber enclosure. Wherever possible, the box should be mounted at the top of the data rack. F. The Audio-visual Cabling will be provided by the A/V design and install vendor. Coordination with the Audio-visual contractor will be necessary for determination of pathways and spaces. G. All cables and related terminations, support and grounding hardware shall be furnished, installed, wired, tested, labeled, and documented by the 98 of 139 110 pg. 5 Telecommunications contractor as detailed in this document and shall meet or exceed local codes. H. The Cable Pathway Systems consist of ladder racks, trade size 4” sleeves, cable hangers and wire basket tray that conceal, protect, support, and provide access to telecommunication cables between MDF/IDF and the user’s work space. I. Product specifications, general design considerations, and installation guidelines are provided in this document. Quantities of telecommunications outlets, typical installation details, cable routing and outlet types will be provided as an attachment to this document. If the bid documents are in conflict, this document takes precedence but discrepancies must be reviewed with the end user or their owner representative. The successful vendor shall meet or exceed all requirements for the cable system described in this document. 1.2 REGULATORY REFERENCES: A. All work and materials shall conform in every detail to the rules and requirements of the National Fire Protection Association, the local Electrical Code, ANSI/TIA or ISO standards and present manufacturing standards. B. All materials shall be UL Listed and shall be marked as such. If UL has no published standards for a particular item, then other national independent testing standards shall apply and such items shall bear those labels. Where UL has an applicable system listing and label, the entire system shall be so labeled. C. All category 6 and 6A components (i.e. modular jacks, patch cords and patch panels) performance shall be verified (not just tested) by a third party (ETL) to be component and channel compliant. D. The cabling system described in this is derived from the recommendations made in recognized telecommunications industry standards E. If this document and any of the documents listed are in conflict, then the more stringent requirement shall apply. All documents referenced are believed to be the most current releases. The Contractor has the responsibility to determine and adhere to the most recent release when developing the proposal for installation. F. This document does not replace any code, either partially or wholly. The contractor must be aware of local codes that may impact this project. 99 of 139 111 pg. 6 1.3 APPROVED VENDORS A. The Telecommunications Contractor must be an approved Ortronics, a Legrand brand, Certified Contractor at the Certified Installer Plus (CIP) tier. Where CIP contractors are not available, the approved Telecommunication Contractor may be CIP with written approval from Legrand and the end user. The approved Telecommunication Contractor will adhere to all CIP protocols. A copy of the CIP protocols is attached in appendix A for reference. A current copy of the telecommunications contractor’s certificate and a letter from Legrand stating that the Contractor Company’s certification at the CIP tier is current and in good standing must be submitted with the quote in order for such quote to be valid. For the Telecommunications Contractor to be current with Legrand, the training must be current at the time of quoting the project. The Telecommunications contractor is responsible for workmanship and installation practices in accordance with the Legrand Contractor Certification Program. The Telecommunications contractor must also register the project and submit test data for approval, per the requirements of the nCompass™, Legrand and Superior Essex certification program guidelines. Once approved, Legrand will extend an nCompass Limited Lifetime Warranty to the end user. 1.4 APPROVED PRODUCTS A. Approved 4-pair UTP Cable manufacturer : Superior Essex B. Approved Optical Fiber Cable manufacturers: Superior Essex C. Approved UTP connector product manufacturer: Legrand D. Approved Fiber Optic cabinet product manufacturer: Legrand E. Approved Fiber Optic connectors/splices/couplers manufacturer: Legrand F. Approved Rack and Cabinet manufacturer: Legrand G. Approved Cable Management and Ladder Rack manufacturer: Legrand H. Approved Copper Patch Panel manufacturer: Legrand I. Approved UTP Patch Cord manufacturer: Legrand J. Approved Fiber Optic Patch Cord manufacturer: Legrand K. Approved Cable Tray or Basket Tray or Wire-mesh manufacturer: Cablofil, a Legrand brand 100 of 139 112 pg. 7 L. All products must be able to provide documentation for sustainability. LEED or WELL accreditation may be necessary. Documentation to include PEP (Product Environmental Profile), EPD (Environmental Product Declaration) or HPD (Health Product Declaration) will be necessary. M. Legrand is the manufacturer of Ortronics racks, cabinets, copper and fiber connectivity, Wiremold pathways, poke-thru and floor boxes, Cablofil cable tray and J Hooks as well as ServerTech and Raritan PDUs. 1.5 WORK INCLUDED A. The work included under this specification consists of furnishing all labor, equipment, materials, and supplies and performing all operations necessary to complete the installation of this structured cabling system in compliance with the specifications and drawings. The Telecommunications contractor will provide and install all of the required material to form a complete system whether specifically addressed in the technical specifications or not. All materials shall be new. Used or refurbished equipment is not permitted. Provide equipment in the original packaging wherever practical. B. The work shall include, but not be limited to the following: 1. Furnish and install a complete telecommunications wiring infrastructure. 2. Furnish, install, and terminate all UTP and Optical Fiber cable 3. Furnish and install all wall plates, jacks and patch panels. 4. Furnish and install all required cabinets and/or racks as required and as indicated. 5. Furnish any other material required to form a complete system. 6. Perform permanent link or channel testing (100% of horizontal and/or backbone links/channels) and certification of all components. If testing in a channel configuration, patch cord used for testing must be left in place after testing to maintain original channel that was tested. 7. Furnish test results of all cabling to the owner on disk, listed by each closet, then by workstation ID. 8. Adhere and comply with all requirements of Legrand Certification program. 9. Provide owner all documentation including testing for 100 % of the links/channels in approved tester’s original electronic format and As-built drawings. 10. A warranty certificate shall be provided to owner for project. Project will not be considered completed until certificate is received and may delay final payment until certificate is received. 1.6 SUBMITTALS A. Under the provisions of this request for proposal, prior to the start of work the telecommunications contractor shall: 1. Submit copies of the certification of the company and names of staff that will be performing the installation and termination of the installation to provide proof of compliance of this spec. 2. Submit proof from manufacturer of contractor’s good standing in manufacturer’s program. 101 of 139 113 pg. 8 3. Submit appropriate cut sheets and samples for all products, hardware and cabling. B. Work shall not proceed without the owner or owner's representative approval of the submitted items. 1.7 QUALITY ASSURANCE A. The Legrand CIP telecommunications contractor shall be a company specializing in communication cabling installation. At least 3 of the Certified Contractor’s technicians on their installation and termination crew must be certified by Legrand, or BICSI with a Technicians or ITS Installer 2 level of training. B. Delivery and receipt of products shall be at the site described in the Scope Section of the specific project documents. C. Cable shall be stored according to manufacturer's recommendations as a minimum. In addition, cable must be stored in a location protected from vandalism and weather. If cable is stored outside, it must be covered with opaque plastic or canvas with provision for ventilation to prevent condensation and for protection from weather. If necessary, cable shall be stored off site at the contractor's expense. D. During the installation, and up to the date of final acceptance, the Telecommunications Contractor shall be under obligation to protect his finished and unfinished work against damage and loss. The Telecommunication Contractor shall also be under obligation to protect the finished work of other contractors while the communication installation is underway. E. If the telecommunications contractor wishes to have a trailer on site for storage of materials, arrangements shall be made with the owner. F. Installation Reference Standards (all codes and standards compliance will be to the most current revision available), including applicable addendums. Cable installation shall comply with the following: 1. NEC® 2020: National Electric Code®, 2020. Use the most current revision required by location. 2. ANSI/TIA-568.0: Generic Communications Cabling for Customer Premises. 3. ANSI/TIA -568.1: Commercial Building Telecommunications Infrastructure Standard. 4. ANSI/TIA-568.2: Balanced Twisted Pair Telecommunications Cabling and Components Standard. 5. ANSI/TIA-568.3: Optical Fiber Cabling Standard. 6. ANSI/TIA-569: Telecommunications Pathways and Spaces 7. ANSI/TIA-606: Administration Standard for Telecommunications infrastructure. 8. ANSI/TIA-607: Generic Telecommunications Bonding and Grounding (Earthing) for customer premises. 9. ANSI/TIA-758: Customer Owned Outside Plant Telecommunications Infrastructure Standard 10. ANSI/TIA-526-7: Optical Power Measurements of Installed Single Mode Fiber Cable 102 of 139 114 pg. 9 11. TIA-526-14: Optical Power Loss Measurements of Installed Multimode Fiber Cable 12. TIA-598: Optical Fiber Cable Color Coding. 13. BICSI-TDMM, Building Industries Consulting Services International, Telecommunications Distribution Methods Manual 1.8 DRAWINGS A. It shall be understood that the electrical details and drawings provided with the specification package are diagrammatic. They are included to show the intent of the specifications and to aid the telecommunications contractor in bidding the job. The telecommunications contractor shall make allowance in the bid proposal to cover whatever work is required to comply with the intent of the plans and specifications. B. The telecommunications contractor shall verify all dimensions at the site and be responsible for their accuracy. C. Prior to submitting the bid, the telecommunications contractor shall call the attention of the Miami Dade County Engineer to any materials or apparatus the telecommunications contractor believes to be inadequate and to any necessary items of work omitted. D. As Built CAD Drawings shall be submitted at the final completion of the project prior to final payment. The drawings shall show all pathways, outlet locations and outlet labeling. Provide in both hard and soft copy to the owner. 1.9 WARRANTY A. All projects will be installed and tested to fulfill the requirements for an nCompass™ Limited Lifetime Product and Application Assurance Warranty. This warranty will be required as described below for the following systems or system components. 1. Superior Essex Communications LP and Legrand warrant to the owner that the nCompass CAT 6 U/UTP, Copper certified network cabling system installations will meet the defined TIA-568 series industry specifications in effect at the time of product purchase for (40) years from date of product installation. Wireless access points will be tested to Category 6A standards and warranted for a Limited Lifetime (40 years). 2. The nCompass Limited Lifetime Product and Application Assurance Warranty will be extended to include the entire channel provided that the applicable Legrand patch cords and Legrand equipment cords are utilized, and all products are installed within areas protected from outside elements. Channel warranties will support current or future applications that are approved by industry recognized organizations (IEEE, ANSI/TIA) for transmission over structured cabling systems defined by the TIA-568 standard in effect at the time of the installation. Channel warranties will perform to the specifications listed in the nCompass system data sheets in effect at the start of the installation. Legrand will carry the warranty on the nCompass Limited Lifetime Product and Application Assurance Warranty for (40) years from the 103 of 139 115 pg. 10 installation of the nCompass cabling System. B. Telecommunication Contractor must submit the following to Legrand: 1. Warranty Application properly completed online. 2. Test results submitted only in electronic format for the copper systems. (Note: hard copies will not be accepted.) The test results must be submitted in original native tester format. 3. All tests must result in a PASS. Pass* (marginal pass) and Fail are not acceptable test results. 4. Each permanent link or channel in the network must be field tested in accordance with the TIA-568 series industry standard AND nCompass testing requirements in force at the time of purchase (nCompass testing requirements take precedence over TIA when differences exist). The installed permanent links and channels must have passed all applicable TIA and nCompass performance requirements. Minimum testing for copper systems Includes Wire Map, Length, Attenuation, Near End Crosstalk, Far End Crosstalk, Return Loss, PSNEXT, ELFEXT, PSELFEXT. 5. Minimum testing for Fiber Optic links Includes horizontal and backbone, Bi- Directional Dual Wavelength, Insertion Loss and Length. C. The warranty must be submitted on the Legrand ConCert portal for review. D. Once the materials are reviewed, the telecommunication contractor will be notified in writing of acceptance or rejection. If the project is accepted, the Contractor will receive a copy of the signed warranty certificate for the owner. At that time, the telecommunications contractor shall forward the signed warranty registration certificate to the end user. PART 2 - PRODUCTS 2.1 EQUIVALENT PRODUCTS A. Due to the nature and type of communications, all products for the purpose of this document, including but not limited to the following, shall have no substitutions allowed. 1. Faceplates, jacks, patch panels, patch / equipment cords and horizontal cable management shall be manufactured by Legrand 2. Fiber optic connectors and splices shall be manufactured by Legrand 104 of 139 116 pg. 11 3. Fiber optic enclosures and adapters shall be manufactured by Legrand or equivalent manufacturer 4. Racks and vertical cable management shall be manufactured by Legrand or equivalent. 5. Copper cable products shall be manufactured by Superior Essex 6. Fiber optic cable shall be manufactured by Superior Essex 7. Power Distribution Unit (PDU) shall be manufactured by Server Technology 2.2 WORK AREA OUTLETS The following types of communication outlets shall conform to meet the type of desired mounting application. Install all outlets in accordance with the construction drawings and configurations shown below. The T568B wiring scheme shall be used for voice and data jack termination. A. Wall-Mounted Work Area Outlets (WAO) 1. The WAO shall consist of one flush mount, single gang TracJack, Fog White faceplate with TracJack modules used for data and voice transmission. For White faceplates, -88 is added to the part number to signify white. 2. Approved surface mount box may be used where appropriate. 3. Unused jack positions in faceplate or surface mount box shall have blank covers inserted, color-matched to faceplate. 4. Acceptable part numbers: 105 of 139 117 pg. 12 Part Number Color Description OR-40300548 Fog White Single gang, 2-module TracJack faceplate OR-40300546 Fog White Single Gang, 4-module TracJack faceplate OR-404TJ2 Fog White Surface housing for TracJack - holds 2 modules OR-40300633 Fog White Furniture Plate (4 port) OR-TJ600 Fog White TracJack category 6 module OR-TJ600-36 Blue TracJack Category 6 OR-42100002 Fog White Blanks (10/package) B. Wall mounted voice and data WAO, Category 6 1. The WAO will consist of one flush mount, single gang TracJack faceplate in Fog White with minimum of (4) Category 6 modules – Blue and/or fog white module as determined by Miami Dade County ITD. C. Modular furniture voice and data workstation outlets 1. For areas of furniture, and where indicated in project documentation, flush mount faceplate configurations will be used. 2. Steelcase furniture and all other furniture locations shall use surface mount box. 3. Acceptable jack part numbers listed above are the same as Section B. 2.3 PATCH PANELS The following types of modular patch panels shall be installed in accordance with the construction drawings and configurations defined and shown below. A. Patch Panels for data/voice applications shall 106 of 139 118 pg. 13 1. Be used for termination of data station cables 2. Data patch panels will be located at the within the rack. All data locations shall be sequential with wireless access points also within the patch panel and sequential as well. 3. Patch panel for data terminations will be flat patch panels unless otherwise noted by Miami Dade County ITD. Where flat panels are used, horizontal management must also be utilized within the racks. 4. Rear cable management bars must be installed and cables neatly routed and secured to bars included with patch panels. There shall be one rear cable management bar for every 24 modular patch panel ports. 5. Labeling shall be clearly marked using the labeling scheme determined by the end user. Part Number Description OR-PHD66U24 24 port flat patch panel, 1 RU OR-PHD66U48 48 port flat patch panel, 2 RU OR-PHA66U48 48 port angled patch panel, 2 RU 107 of 139 119 pg. 14 2.4 RACKS, CABINETS, AND CABLE MANAGEMENT The equipment racks shall provide vertical cable management and support for the patch cords at the front of the rack. Waterfall cable management may be provided at the top of the rack for patch cords and for horizontal cables entering the rack channels, adding protection and to maintain proper bend radius and cable support. Horizontal cable management shall also be mounted where noted on project drawings and/or where specified on racks and above or below equipment on the rack. Racks shall be black in color. Racks must also be available in white at the owner’s discretion. All rack, cabinets, and cable management installations shall strictly adhere to BICSI, ANSI and TIA installation guidelines to insure maximum performance, protection, space usage and power and thermal management efficiencies. Rack selection is based on size of space and application as defined on plans and acceptance from Miami Dade County ITD Engineer. Free Standing Racks, Vertical Managers and Accessories A. Free-Standing Racks and Vertical Management Free-standing Racks shall: 1. Provide the necessary strain relief, bend radius and cable routing for proper installation of high performance cross connect products, meeting all specifications of ANSI/TIA-568 current standard. 2. be self-supporting and secured to the floor 3. Have EIA hole pattern on front and rear. 4. Be available in BOTH black and white 5. be correctly bonded and grounded 6. The racks shall be as specified here: Part Number Description Manufacturer OR-MM20706-B 7'H x 6.5"D, Channel Rack, Black Legrand OR-MM200710-B 7'H x 10.5"D, Channel Rack, Black Legrand OR-MM20716-B 7’H x 16”D , Channel Rack, Black Legrand 108 of 139 120 pg. 15 OR-MM20PDUMB1D1W-B PDU Button Mount Bracket Legrand B. Cable Management – Vertical Between Racks and End of Row 1. A minimum 6.4” wide vertical cable manager with cover shall be utilized and installed between racks and at each end of the row. 2. Black, single-sided vertical cable management with switch-gate door/cover 3. Like manufacturer shall be used for Rack and Cable Management 4. Dual Hinged designed for right or left door opening 5. Must come with Cable Management Spools to manage excess cables in the manager. 6. The acceptable vertical cable management at the recommended 40% fill rate: C. C a b l e M a n agement – Horizontal Patch Cord Manager 1. 2 Rack Unit, black horizontal, single sided cable manager with hinged cover. 2. Use with flat copper patch panels, fiber optic enclosures and other areas where horizontal patch cord management is required. 3. The acceptable part number shall be Part Number Description Manufacturer OR-MM20VMD706-B 7’h x 6.5”w x 10.25”d front vertical manager with latching door. Fill rate capacity 600 Category 6 cables Legrand OR-MM20VMD710-B 7’h x 10.5”w x 15”d front vertical manager with hinged cover. Fill rate capacity 980 Category 6 cables Legrand OR-MM20VMD712-B 7’h x 12.5w x 15”d front vertical manager with latching door. Fill rate capacity 1120 Category 6 cables Legrand OR-MM20VMD716-B 7'h x 16.25"wx 15"d front vertical manager with latching door. Fill rate capacity 1640 Category 6 cables. Legrand Part Number Description Manufacturer DHMC2RU 2RU Horizontal Manager, 3.5"H x 19"W, double sided Legrand 109 of 139 121 pg. 16 2.5 CABLE SUPPORT Data and voice cable pathways shall run above the ceilings and shall be supported by cable hanger systems, ladder rack or wire mesh tray. All backbone fiber shall be armored. The end user may determine to have horizontal fiber non armored. The pathway design should allow for a minimum of four cable runs per individual workspace. Please see drawing for specific requirements and cable routing plan and design accordingly. A. J Hooks 1. If Miami Dade County ITD determines that J Hooks are necessary, they will be hung using appropriate hardware as per local code. 2. Installation will meet the requirements of Legrand and Superior Essex for Category 6 cable standards. All J Hooks must be free of possible burrs. 2” J Hooks fill capacity of 60 Category 6 cables and 4” fill capacity of 150 Category 6 cables 3. Part Number Description Manufacturer CJ32HP. 2" plastic coated metal J Hook Cablofil/Legrand CJ64HP 4" plastic coated metal J Hook Cablofil/Legrand B. Ladder Rack 1. Ladder-racks are the standard for Miami Dade County ITD. The Ladder Rack is used for supporting cables in the MDF & IDF. Typical applications are 12” wide ladder-rack as needed, black in color. 2. Provide all connection and supports for the ladder-rack as required. 3. The ladder-rack shall be grounded and bonded as required by Article 250 of the NFPA 70 and adhere to local codes. SHMC2RU 2 RU, Horizontal Manager, 3.5" H x 19" W, single sided Legrand 110 of 139 122 pg. 17 C. Wire Mesh Tray 1. Where wire mesh tray is used in lieu of ladder rack, the tray shall be 2”x12” wire grid in nature and sized per NEC. Standard color is silver. Tray and splices shall be UL classified and fire resistant per E90 classification. 2. Products shall be Cablofil (a Legrand company). This includes all fittings which must be Cablofil original parts to support the program. No substitutions are allowed. 3. Wire Mesh Cable Loading Tray Size 2X4 2X6 2X12 4X4 4X6 4X8 Part Number CF54/100 CF 54/150 CF54/300 CF105/100 CF105/150 CF105/200 Cat 6 (0.23) 96 144 288 190 288 382 Cat 6A (0.25) 80 122 244 162 242 324 Part Number Description Manufacturer OR-TRT10-12B 12" Ladder-rack Legrand OR-P128240HB Wall Angle Assembly Legrand OR-P820147H Corner Clamp Kit Legrand OR-P987527H J-Bolt Kit Legrand OR-TRP11-CM Transition Pan Legrand OR-P820127H Straight Clamp Kit Legrand OR-RCBK-6 Threaded Ceiling Kit Legrand OR-P982078H Vertical Wall Bracket Legrand OR-P820527HB Cable Bracket for pathway for power Legrand OR-MM20CRB16-B Runway Bracket Legrand OR-GS-8 Grounding Kit Legrand 111 of 139 123 pg. 18 D. Cable Tie Wraps 1. Velcro or equivalent hook and loop cable tie wraps shall be used to manage and support cables every 3-5’. It shall be installed snug around data/voice cables without distorting cable jacket. 2. Velcro or equivalent hook and loop cable tie wraps shall be used for proper bundling of all cables in the MDF and IDF’s. 2.6 HORIZONTAL DISTRIBUTION CABLE All horizontal data station cable and voice cable shall terminate on modular patch panels (copper or fiber), or patch/splice cabinets (fiber) in their respective Telecommunications Room or Equipment Room as specified on the drawings and individual project scope. Data cables shall be 4 pair, 23 AWG, 100-OHM UTP, plenum, category 6. The data module in a workspace outlet shall be served by one 4-pair cable. The outer jacket of the cable shall be in white in color. Part number is listed below. Traditional voice services may be provided via VOIP (voice over IP) services. As such only a single data/voice cable is required to provide both voice and data services to the desktop. This single data cable shall be 4 pairs 23 AWG, 100-OHM UTP, plenum, category 6 all horizontal cabling. A total of four cables should be ran to comply with current ITD/AOC standards and allow for additional capabilities at the desktop. All wireless access points shall have two (2) Category 6 cables to each WAP. The cables shall be 4 pair, 23 AWG, 100 OHM UTP, plenum, Category 6. The plenum cable shall be 0.23” in diameter. The cable must have a guaranteed margin of at least 7dB when installed as a system with Legrand jacks and patch cords. For installation of cables/cords, a two port surface mount box (OR-404HDJ2) can be utilized. Cabling outer jacket shall be blue in color. Part Numbers are listed below. A. 100 OHM UNSHIELDED TWISTED PAIR CABLE (UTP) 1. Design Make: a) Superior Essex Category 6 NextGain UTP Part Number Color 54-246-2B Blue BrakeBox (CMP) Plenum 54-246-2A Blue BrakeBox (CMR) Riser 112 of 139 124 pg. 19 2.7 BACKBONE CABLE Multi-Mode or Single mode Fiber Optic Cable will be designed for the backbone. Multi- Mode fiber are 6/12/24-strand laser optimized 50/125 µm plenum rated, armored, tight buffered with Kevlar tensile strength membranes. Single mode fiber will be available in 6/12/24-strand. All fiber shall be UL listed OFNP unless otherwise determined by the owner or owner’s representative. A. Multimode Fiber: Optical Fiber Non-conductive Plenum (OFNP) Tight Buffered With 10 Gigabit Laser Optimized 50/125 Optical Fibers; There are three distinct types of fiber; selection is based on site application. The color of the outer jacket will vary depending on type selected. 1. Each Multimode Fiber shall be: a) Graded-index optical fiber wave-guide with nominal 50/125 m-core/cladding diameter. b) Laser optimized multi-mode fibers shall have a minimum effective modal bandwidth of 2000 MHz•km characterized using FOTP-220 c) Optical Fiber shall be laser optimized and guaranteed for 10 Gigabit Ethernet distances of 300m/300m for 850nm and 1300nm respectively d) Optical Fiber shall be laser optimized and guarantee 1 Gigabit Ethernet distances of 1000m/600m for 850nm and 1300nm respectively 2. Physical Characteristics: a) Shall be suitable for use in indoor applications. b) Shall be suitable for use in risers, plenums and horizontal applications. c) Shall be available with a fiber strand count range from 6 to 144 fibers. d) Shall have and be marked with an UL-OFNP and OFN FT6 Flame Rating. e) Shall comply with the requirements of ICEA S-83-596. f) Strength members shall be dielectric and may be either FGE/aramid/yarn. g) Buffered fibers shall be color coded in accordance with ANSI/TIA-598 with an overall aqua jacket. h) Shall have a ripcord for overall jacket. i) Suitable for operation between -20C to +75C j) Shall be of an all dielectric design 3. Design Make: a) Products being specified are at least OM4 rated and are differentiated by the link length (in meters) supported. b) Acceptable part numbers are: 113 of 139 125 pg. 20 Part Number Description L4006P401 SPSX 6-strand multi-mode 50-micron OM4 interlocking-armored CMP fiber L4012P401 SPSX 12-strand multi-mode 50-micron OM4 interlocking-armored CMP fiber L4024P401 SPSX 24-strand multimode 50 micron OM4 interlocking armored fiber B. Single mode Fiber: If determined by Miami Dade County ITD, single mode fiber will be installed instead of or in addition to the multimode fiber listed above. The standard will be Tight Buffer unless otherwise noted. All fiber strands shall be surrounded by synthetic yarn for added strength and crush resistance. The fiber core shall be 8.3 um typical. Jacket color will be yellow. Fiber color coding shall be in accordance with ANSI/TIA-598-D. Supporting distances must meet minimum of 5000m for 10GBase-LR and 10,000m for 10GBase-ER. 2.8 FIBER OPTIC CONNECTOR OPTIONS 1. Each LC Fiber Connector shall: a) Be a Legrand pre-polished fiber connector b) Be available in single mode and multimode versions c) Have a domed zirconia ferrule. d) Be a PC polish type connector. e) Accept a nominal fiber diameter of 125 micrometers f) Have a typical insertion loss of 0.1 dB for multimode and 0.1 dB for single mode g) Connectors must be reusable h) Have an insertion loss change of less than 0.2 dB after 500 reconnects. i) Be stable over an operating range of –40°C to +75°C. 2. Design Make: Part Number Description OR-205KNT9GA-50T Multimode LC reusable fiber connector OR-205KNT9SA-09 Single Mode LC reusable fiber connector Single Mode Fiber Part Number Description 44006K101 OFNP 6 strand 44012K101 OFNP 12 strand 44024KK01 OFNP 24 strand 43006K101 OFNR 6 Strand 43012K101 OFNR 12 Strand 43024KK01 OFNR 24 Strand 114 of 139 126 pg. 21 Note: It is the responsibility of the installation vendor to utilize the updated fiber tool kits for precision installation. 3. Fusion Splice on Connectors may be used in lieu of pre polished mechanical connectors. The splice on connectors must have an elongated boot that completely covers and protects the fusion splice area. 4. Design Make: Part Number Description OR-205KNF9GA-50E Multimode: LC Style Fusion Splice on Connector OR-205KNF9SA-09 Single mode: LC Style Fusion Splice on Connector 2.9 FIBER OPTIC CONNECTING HARDWARE 1. Fiber optic coupler enclosures used may be 2U or 4U, depending on fiber density. Each Fiber Optic Coupler Enclosure shall: a) Be available in rack mount 1U, 2U and 4U options b) Be a Legrand enclosure or equivalent. 2. Coupler panels shall support 12 fibers in a duplex footprint. Each Fiber Coupler Panel shall be: a) Available with LC or SC options (LC shall be used unless specified by site manager) b) Support both multimode and single mode applications c) Contain application specific alignment sleeves to ensure optimal performance d) Be available with ceramic sleeves to support high-bandwidth systems e) Be Legrand coupler panels or equivalent manufacturer used for fiber optic coupler enclosure. f) Coupler panels (HDFP) are specific to these enclosures. 3. Acceptable part numbers are the following. Refer to drawings and owner for specific enclosure size to use in each location. 115 of 139 127 pg. 22 2.10 COPPER CABLE PROTECTION UNITS A. All copper circuits shall be provided with protection between each building with an entrance cable protector panel. All building-to-building circuits shall be routed through this protector. The protector shall be connected with a #6 AWG copper bonding conductor between the protector ground lug and the TC ground point. 2.11 PATCH CORDS A. If required, the contractor shall provide Legrand factory terminated and tested UTP patch cords and equipment cords for the complete cabling system. The UTP patch cables shall meet the requirements of ANSI/TIA-568-D for patch cord testing. The end user may choose to handle the installation of the patch cords. B. Patch cord labeling shall match the end users standards and provided drawings. Coordinate with end user IT to create Cable Termination charts and labeling. C. Copper (UTP) patch cords shall: 1. Use 8 position connector with impedance matched contacts and designed using dual reactance. Part Number Description INFC01U-M4 1 RMU rack mount fiber enclosure INFC02U-M4 2 RMU rack mount fiber enclosure INFC04U-M4 4 RMU rack mount fiber enclosure HDFP-LCD12LC Multimode 12 fiber LC adapter panel, aqua HDFP-LCQ24LC Multimode 24 fiber LC adapter panel, aqua M4LCD12-50ESA1 Multimode 12 Fiber Splice Cassette, aqua M4LCD12-50E Multimode 12 fiber LC Cassette, aqua M4LCQ24-50EA3A1 Multimode 24 fiber LC Cassette, Aqua 116 of 139 128 pg. 23 2. Standard Patch Cords shall be constructed of 100 ohm, 4 pair, 24 AWG, stranded conductor, unshielded twisted pair copper per the requirements of the ANSI/TIA-568.2-D standard. 3. Reduced Diameter patch cords shall be 100 ohm, 4 pair, 28 AWG, stranded conductor. The end user will determine the use of reduced diameter cords when the possibility of PoE+ exists. When using PoE+ the cable bundles should not exceed 48 cables. 4. meet TIA category 6 component specifications in ANSI/TIA-568.2-D - 100% factory tested to meet category performance of product and - ETL or any other nationally recognized 3rd party verification 5. Be capable of universal T568A or T568B wiring schemes. 6. Modular connector shall maintain the paired construction of the cable to facilitate minimum untwisting of the wires. 7. Have a performance marking indelibly labeled on the jacket (by the manufacturer). 8. Have the ability to accept color-coded labels and icons to comply with ANSI/TIA-606-C labeling specifications. 9. Have “snag less” protection for the locking tab to prevent snagging and to protect locking tab in tight locations and provide bend relief 10. Be available in same colors as installed jack 11. Be available in 3 foot, 5 foot, 7 foot, 9 foot, 10 foot, 15 foot and 25 foot standard lengths 12. Be backwards compatible 13. Be manufactured by Legrand 14. Design Make: Note: The patch cord color shall match the color of the installed jack unless speci fied. Category 6 Standard (24AWG) Category 6 Reduced Diameter (28AWG) Description MC605-06 RDC-605-06 Cat6, stranded UTP, Blue, 5’. MC607-06 RDC607-06 Cat6, stranded UTP, Blue, 7’. MC609-06 RDC609-06 Cat6, stranded UTP, Blue, 9’ MC615-06 RDC615-06 Cat6, stranded UTP, Blue, 15’ 117 of 139 129 pg. 24 D. Optical Multimode Fiber patch cords shall: 1. Be a Legrand Patch Cord with LC connectors 2. Contain two (2) multi-mode optical fibers. 3. Use multi-mode, graded-index fibers with a 50 micron core. 4. Be capable of transmission at both 850 nm and 1300 nm wavelengths. 5. Include listing of actual loss of patch cord when packaged 6. Be manufactured in standard lengths of 3 ft, 6 ft, 9 ft, as well as special ordered in any other lengths. 7. Design Make: Part Number Description L3-0101B2EA21XXXY OM4, LOMF, OFNR, Field Reversible Polarity, XXX=length, Y=unit (Meter-M/Feet-F) Note: “xxx” = length in feet. This part number is field reversible. 118 of 139 130 pg. 25 2.12 GROUNDING AND BONDING A. The facility shall be equipped with a Telecommunications Bonding Backbone (TBB). This backbone shall be used to ground all telecommunications cable shields, equipment, racks, cabinets, raceways, and other associated hardware that has the potential to act as a current carrying conductor. The TBB shall be installed independent of the building’s electrical and building ground and shall be designed in accordance with the recommendations contained in the ANSI/TIA-607-C Telecommunications Bonding and Grounding Standard. B. The main entrance facility/equipment room in each building shall be equipped with a Primary Bonding Busbar (PBB) formerly known as the telecommunications main grounding bus bar (TMGB). Each telecommunications room shall be provided with a Secondary Bonding Busbar (SBB) formerly known as the telecommunications ground bus bar (TGB). The PBB shall be connected to the building electrical entrance grounding facility. The intent of this system is to provide a grounding system that is equal in potential to the building electrical ground system. Therefore, ground loop current potential is minimized between telecommunications equipment and the electrical system to which it is attached. C. All racks, metallic backboards, cable sheaths, metallic strength members, splice cases, cable trays, etc. entering or residing in the TR (IDF) or ER (MDF) shall be grounded to the respective PBB or SBB using a minimum #6 AWG stranded copper bonding conductor and compression connectors. Metallic items longer than 30 feet, cable trays, wireways, shall be grounded at regular intervals to reduce impedance of the system. All racks, metallic strength members, splice case, cable trays, etc should be tested for grounding effectiveness. Data shall be recorded and provided with documentation for installation approval. 119 of 139 131 r 11) ->==--'---._,C I ·······•······························.:.;:···························· l".!lliMl> ~ "A" =~--- pg. 26 D. All wires used for telecommunications grounding purposes shall be identified with a green insulation. Non-insulated wires shall be identified at each termination point with a wrap of green tape. All cables and bus bars shall be identified and labeled in accordance with the System Documentation Section of this specification. E. All racks that sit on conductive surfaces, such as cement floors with steel reinforcement, shall have isolation pads under them, Part Number OR-IPK. 2.13 FIRESTOP A. A fire stop system is comprised of the item or items penetrating the fire rated structure, the opening in the structure and the materials and assembly of the materials used to seal the penetrated structure. Fire stop systems comprise an effective block for fire, smoke, heat, vapor and pressurized water stream. B. All penetrations through fire-rated building structures (walls and floors) shall be sealed with an appropriate fire stop system. This requirement applies to through penetrations (complete penetration) and membrane penetrations (through one side of a hollow fire rated structure). Any penetrating item i.e., riser slots and sleeves, cables, conduit, cable tray, and raceways, etc. shall be properly fire stopped. C. All smoke walls must be fire stopped using a 1 hour F rated UL system. D. Fire stop systems shall be UL Classified to ASTM E814 (UL 1479) and shall be approved by a qualified Professional Engineer (PE), licensed (actual or reciprocal) in the state where the work is to be performed. A drawing showing the proposed fire stop system, shall be provided to the Owner’s Technical Representative prior to installing the fire stop system(s). Bonding Products OR-GB4X12TMGBKIT PBB Primary 4"X12" OR-GB4X20TMGBKIT PBB Primary 4"x20" OR-GB2X12GBKIT SBB Secondary 2"x12" OR-GBV36KIT RBB Vertical 5/8"x36" OR-GBV72KIT RBB Vertical 5/8"x72" OR-GBH19KIT RBB Horizontal 1"x19.25" OR-60400010 Rack Lug kit Rack bonding Ground lug OR-IPK Rack pad Isolation Isolation Pad 120 of 139 132 pg. 27 E. All areas that have the fire stop compromised due to MAC work (Moves, Adds and Changes) must be restored to the original rating of the firewall (or floor). It is preferred that the products used in the original UL System are used to restore it. If the UL system will no longer restore that penetration to the original rating, the new system used must be approved by the end user or their owner’s representative. PART 3 – EXECUTION 3.1 FIBER BACKBONE—STRANDS OF FIBER WILL VARY DEPENDING ON PROJECT A. For installations that the backbone cabling is not already installed, install (1) Superior Essex 6/12/24 strand OFNP rated 50/125 micron (OM4) Armored Singlemode and (1) Multimode optical fiber backbone cabling from each of the floors to the MDF, terminate both ends on LC Style Connectors. Terminate backbone optical fiber cabling in Legrand rack mounted panels. 3.2 COPPER BACKBONE A. For installations that need a copper backbone, install Category 6A plenum cables from each TR (IDF) to the ER (MDF). Tie cables will terminate onto rack mounted 24 port patch panels at both ends and will be used for extending analog lines or circuits to the floors. 3.3 WORK AREA OUTLETS A. For furniture system outlets, route cables, destined through the poke-though or stub- up in the cavity of wall or column to the junction box, terminate cables following the manufacture instruction. B. For floor-mount outlets, route cables to the poke-though thru the floor below and terminate cables onto the modules as required. C. Cables shall be coiled in the in-wall or surface-mount boxes if adequate space is present to house the cable coil without exceeding the manufacturer’s bend radius. In hollow wall installations where box-eliminators are used, excess cable can be stored in the wall. No more than 12” of UTP and 36” of fiber slack shall be stored in an in- wall box, modular furniture raceway, or insulated walls. Excess slack shall be loosely coiled and stored in the ceiling above each drop location when there is not enough space present in the outlet box to store slack cable. 121 of 139 133 pg. 28 D. Cables shall be dressed and terminated in accordance with the recommendations made in the ANSI/TIA-568-D standard, manufacturer's recommendations and best industry practices. E. Pair untwist at the termination shall not exceed 12 mm (one-half inch). The cable twist should not be altered from the manufacturer orientation. Keep the twist to as close to zero as possible while still allowing for the termination. F. Bend radius of the horizontal cable shall not be less than 4 times the outside diameter of the cable. G. The cable jacket shall be maintained to within 25mm (one inch) of the termination point. The cable jacket shall not push on the stuffer caps of the jacks at any time. H. When installing faceplates with more than one port, data jacks, unless otherwise noted in drawings, shall be located in the top modular position(s) of each faceplate with any blanks installed in the bottom locations. 3.4 HORIZONTAL DISTRIBUTION CABLE INSTALLATION A. Cable shall be installed in accordance with manufacturer’s recommendations and best industry practices. B. A pull cord (nylon; 1/8" minimum) shall be co-installed with all cable installed in any conduit. C. Cable raceways shall not be filled greater than the ANSI/TIA-569 maximum fill for the particular raceway type. D. When J-Hooks are used, installation practices must be compliant with ANSI/TIA-569 and NEC 300.17. It is the responsibility of the cabling contractor to review fill ratios with the Authority Having Jurisdiction before installation. E. Cables shall be installed in continuous lengths from origin to destination (no splices) except for transition points, or consolidation points. F. Where transition points or consolidation points are allowed, they shall be located in accessible locations and housed in an enclosure intended and suitable for the purpose. G. The cabling shall not be painted. Painting the cable voids the warranty and must be replaced. H. If J-hooks are used to support cable bundles, all horizontal cables shall be supported at a maximum of 48 to 60 inch intervals. The J hooks should be placed randomly. This will avoid degradation in performance in higher category cabling. At no point shall cable(s) rest on acoustic ceiling grids or panels. 122 of 139 134 pg. 29 I. Horizontal distribution cables shall be bundled in groups of no more than 50 cables. Cable bundle quantities in excess of 50 cables may cause deformation of the bottom cables within the bundle and degrade cable performance. J. Cable shall be installed above fire-sprinkler systems and shall not be attached to the system or any ancillary equipment or hardware. The cable system and support hardware shall be installed so that it does not obscure any valves, fire alarm conduit, boxes, or other control devices. K. Cables shall not be attached to ceiling grid or lighting fixture wires. Where support for horizontal cable is required, the contractor shall install appropriate carriers to support the cabling. L. Any cable damaged or exceeding recommended installation parameters during installation shall be replaced by the contractor prior to final acceptance at no cost to the end user. M. Cables shall be identified by a self-adhesive label in accordance with the System Documentation Section of this specification and ANSI/TIA-606. The cable label shall be applied to the cable behind the faceplate on a section of cable that can be accessed by removing the cover plate. N. Unshielded twisted pair cable shall be installed so that there are no bends smaller than four times the cable outside diameter at any point in the run and at the termination field. O. Pulling tension on 4-pair UTP cables shall not exceed 25-lbf for a four-pair UTP cable. P. When using conduits, it is recommended that a maximum of (2) 90° bends. If a third 90° bend is necessary, the fill ratio must be decreased by 15%. Conduit cable fill percentages, 2 cables=31% fill. 3 cables or more = 40% fill. Q. Service loops (slack storage) should be stored in a Figure 8 pattern. R. Refer to Appendix A for distance limitations to avoid EMI interference. 3.5 HORIZONTAL CROSS CONNECT INSTALLATION A. Cables shall be dressed and terminated in accordance with the recommendations made in the ANSI/TIA-568.0 standard, manufacturer's recommendations and best industry practices. B. Pair untwist at the termination shall not exceed 13 mm (0.5 inch). 123 of 139 135 pg. 30 C. Bend radius of the cable in the termination area shall not exceed 4 times the outside diameter of the cable. D. Cables shall be neatly bundled and dressed to their respective panels or blocks. Each panel or block shall be fed by an individual bundle separated and dressed back to the point of cable entrance into the rack or frame. E. The cable jacket shall be maintained as close as possible to the termination point. F. Each cable shall be clearly labeled on the cable jacket behind the patch panel at a location that can be viewed without removing the bundle support ties. Cables labeled within the bundle, where the label is obscured from view shall not be acceptable. 3.6 OPTICAL FIBER TERMINATION HARDWARE A. Fiber slack shall be neatly coiled within the fiber splice tray or enclosure. No slack loops shall be allowed external to the fiber panel. B. Each cable shall be individually attached to the respective splice enclosure by mechanical means. The cables strength member shall be securely attached the cable strain relief bracket in the enclosure. C. Each fiber bundle shall be stripped upon entering the splice tray and the individual fibers routed in the splice tray. D. Each cable shall be clearly labeled at the entrance to the splice enclosure. Cables labeled within the bundle shall not be acceptable. E. All spare strands shall be installed into spare splice trays. 124 of 139 136 pg. 31 3.7 BACKBONE CABLE INSTALLATION A. Backbone cables shall be installed separately from horizontal distribution cables B. A pull cord (nylon; 1/8" minimum) shall be co-installed with all cable installed in any conduit. C. Where cables are housed in conduits, the backbone and horizontal cables shall be installed in separate conduits D. Where backbone cables are installed in an air return plenum, riser rated cable shall be installed in metallic conduit. E. Where backbone cables and distribution cables are installed in a cable tray or wire way, backbone cables shall be installed first and bundled separately from the horizontal distribution cables. F. All backbone cables shall be securely fastened to the sidewall of the TR on each floor. G. Backbone cables spanning more than three floors shall be securely attached at the top of the cable run with a wire mesh grip and on alternating floors or as required by local codes. H. Vertical runs of cable shall be supported to messenger strand, cable ladder, or other method to provide proper support for the weight of the cable. I. Large bundles of cables and/or heavy cables shall be attached using metal clamps and/or metal banding to support the cables. 3.8 COPPER TERMINATION HARDWARE A. Cables shall be dressed and terminated in accordance with the recommendations made in the ANSI/TIA-568-D standard, manufacturer's recommendations and best industry practice. B. Pair untwist at the termination shall not exceed 12 mm (one-half inch). C. Bend radius of the cable in the termination area shall not exceed 4 times the outside diameter of the cable. D. Cables shall be neatly bundled and dressed to their respective panels or blocks. Each panel or block shall be fed by an individual bundle separated and dressed back to the point of cable entrance into the rack or frame. E. The cable jacket shall be maintained to within 25 mm (one inch) of the termination point. 125 of 139 137 pg. 32 F. Each cable shall be clearly labeled on the cable jacket behind the patch panel at a location that can be viewed without removing the bundle support ties. Cables labeled within the bundle, where the label is obscured from view shall not be acceptable. 3.9 RACKS A. Racks shall be securely attached to the concrete floor using minimum 3/8” hardware or as required by local codes. B. All racks shall be grounded to the telecommunications ground bus bar in accordance with Section 2.11 of this document. C. Rack mount screws not used for installing patch panels and other hardware shall be bagged and left with the rack upon completion of the installation. D. All racks should have a minimum of 36-inch clearance from the walls on all sides of the rack(s) unless local or state codes require otherwise. When mounted in a row, maintain a minimum of 36 inches from the wall behind and in front of the row of racks and from the wall at the end of row unless local or state codes require otherwise. 3.10 FIRESTOP SYSTEM A. All fire stop systems shall be installed in accordance with the manufacturer’s recommendations and shall be completely installed and available for inspection by the local inspection authorities prior to cable system acceptance. 3.11 GROUNDING SYSTEM A. The TBB shall be designed and/or approved by a qualified PE, licensed in the state that the work is to be performed. The TBB shall adhere to the recommendations of the TIA-607 standard, and shall be installed in accordance with best industry practice. B. Installation and termination of the main bonding conductor to the building service entrance ground shall be performed by a licensed electrical contractor. 3.12 IDENTIFICATION AND LABELING A. All labeling shall match the end user standards and provided drawings. Coordinate with the end user IT to create Cable Termination charts and labeling. 126 of 139 138 pg. 33 B. All labeling information shall be recorded on the as-built drawings and all test documents shall reflect the appropriate labeling scheme. Labeling shall follow the guidelines of ANSI/TIA-606. C. All label printing will be machine generated. Self-laminating labels will be used on cable jackets, appropriately sized to the OD of the cable, and placed within view at the termination point on each end. Work Area Outlet and patch panel labels shall be installed on, or in, the space provided on the device. The wiring scheme shall be determined by the end user. 3.13 TESTING AND ACCEPTANCE A. General 1. All testing shall be performed to the satisfaction of Ortronics, a Legrand brand, so the Limited Lifetime Applications Assurance Warranty can be extended to the end user. Refer to the Legrand website for current approved software and testers at www.legrand.us. 2. All cables and termination hardware shall be 100% tested for defects in installation and to verify cabling system performance under installed conditions according to the requirements of ANSI/TIA-568-D. All pairs of each installed cable shall be verified prior to system acceptance. Any defect in the cabling system installation including but not limited to cable, connectors, feed through couplers, patch panels, and connector blocks shall be repaired or replaced in order to ensure 100% useable conductors in all cables installed. 3. All cables shall be tested in accordance with this document, the ANSI/TIA standards, the Legrand Certification Program Information Manual and best industry practice. If any of these are in conflict, the Contractor shall bring any discrepancies to the attention of the project team for clarification and resolution. B. Copper Channel Testing 1. All twisted-pair copper cable links shall be tested for continuity, pair reversals, shorts, opens and performance as indicated below. Additional testing is required to verify Category performance. Horizontal cabling shall be tested using a Level III test unit for the installed cabling system performance level, category 5e or category 6 performance compliance as specified in ANSI/TIA-568.2-D. 127 of 139 139 pg. 34 2. Continuity - Each pair of each installed cable shall be tested using a test unit that shows opens, shorts, polarity and pair-reversals, crossed pairs and split pairs. Shielded/screened cables shall be tested with a device that verifies shield continuity in addition to the above stated tests. The test shall be recorded as pass/fail as indicated by the test unit in accordance with the manufacturers’ recommended procedures, and referenced to the appropriate cable identification number and circuit or pair number. Any faults in the wiring shall be corrected and the cable re-tested prior to final acceptance. 3. Length - Each installed cable link shall be tested for installed length using a TDR type device. The cables shall be tested from patch panel to patch panel, block to block, patch panel to outlet or block to outlet as appropriate. The cable length shall conform to the maximum distances set forth in the ANSI/TIA-568-C Standard. Cable lengths shall be recorded, referencing the cable identification number and circuit or pair number. For multi-pair cables, the shortest pair length shall be recorded as the length for the cable. 4. Category 6 performance Follow the Standards requirements established in: ANSI/TIA-568.2 A Level IIIe or better test unit is required to verify category 6 performances. The basic tests required are: Wire Map Length Attenuation NEXT (Near end crosstalk) Return Loss ELFEXT Loss Propagation Delay Delay skew PSNEXT (Power sum near-end crosstalk loss) PSELFEXT (Power sum equal level far-end crosstalk loss) 5. Approved UTP Testing Equipment A. UTP testing equipment shall be Fluke DSX-5000 Certified tester approved by Legrand for category 6 and/or 5e Link and Channel Testing using the tester’s manufacturers approved patch cords and connectors only. C. Fiber Testing 128 of 139 140 pg. 35 1. All fiber testing shall be performed on all fibers in the completed end to end system. There shall be no splices unless clearly defined in an RFP. Testing shall consist of an end to end power meter testing. The system loss measurements shall be provided at 850 and/or 1300 nanometers for multimode fibers and 1310 and/or 1550 nanometers for single mode fibers. Single direction testing is acceptable for certification and warranty. 2. Backbone multimode fiber cabling shall be tested at both 850 nm and 1300 nm (or 1310 and 1550 nm for single mode). 3. Test set-up and performance shall be conducted in accordance with ANSI/TIA- 526-14 Standard, Method B(single jumper test), for multimode. 4. Where links are combined to complete a circuit between devices, the Contractor shall test each link from end to end to ensure the performance of the system. ONLY LINK TEST IS REQUIRED. The contractor can optionally install patch cords to complete the circuit and then test the entire channel. The test method shall be the same used for the test described above. The values for calculating loss shall be those defined in the ANSI/TIA Standard. 5. Attenuation testing shall be performed with an approved hand held tester from an industry recognized test equipment manufacturer. 3.14 APPROVED FIBER OPTIC TESTING EQUIPMENT Fiber Optics testing equipment shall be Fluke DSX-5000 Certified Tester for Fiber Optic Cable Testing. 3.15 APPROVED TESTING EQUIPMENT A. UTP Testing Equipment a. Fluke DSX-5000 certified tester approved by Legrand for Category 6 Link and Channel Testing using the tester’s manufacturer approved patch cords and connectors only. B. Fiber Optic Testing Equipment b. Fluke DSX-5000 certified tester approved by Legrand for Fiber Optic Cable Testing. 129 of 139 141 pg. 36 3.16 SYSTEM DOCUMENTATION A. Upon completion of the installation, the telecommunications contractor shall provide three (3) full documentation sets to the Engineer for approval. Documentation shall include the items detailed in the sub-sections below. B. Documentation shall be submitted within ten (10) working days of the completion of each testing phase (e.g. subsystem, cable type, area, floor, etc.). This is inclusive of all test result and draft as-built drawings. Draft drawings may include annotations done by hand. Machine generated (final) copies of all drawings shall be submitted within 30 working days of the completion of each testing phase. At the request of the Engineer, the telecommunications contractor shall provide copies of the original test results. C. The end user may request that a 10% random field re-test be conducted on the cable system, at no additional cost, to verify documented findings. Tests shall be a repeat of those defined above. If findings contradict the documentation submitted by the telecommunications contractor, additional testing can be requested to the extent determined necessary by the Engineer, including a 100% re-test. This re-test shall be at no additional cost to the Owner. 3.17 PROGRESS DOCUMENTATION A. Contractor must provide digital picture in the following sequence a. 25% completion: 30% Telecommunications Room, 20% of Work Station Outlets b. 100% completion: 20% of Telecommunication Room and 10% of the Work Station Outlets. 3.18 TEST RESULTS A. Test documentation shall be provided electronically within three weeks after the completion of the project. If a hard copy is also required, it shall be clearly marked with the words “Project Test Documentation”, the project name, and the date of completion (month and year). The results shall include a record of test frequencies, cable type, conductor pair and cable (or outlet) I.D., measurement direction, reference setup, and crew member name(s). The test equipment name, manufacturer, model number, serial number, software version and last calibration date will also be provided at the end of the document. Unless the manufacturer specifies a more frequent calibration cycle, an annual calibration cycle is anticipated on all test equipment used for this installation. The test document shall detail the test method used and the specific settings of the equipment during the test as well as the software version being used in the field test equipment. B. The field test equipment shall meet the requirements of ANSI/TIA-568-D including applicable TSB’s and amendments. The appropriate Level III tester shall be used to verify category 6 cabling systems. 130 of 139 142 pg. 37 C. Testing generated for each cable by the copper (or fiber) test instrument shall be submitted as part of the documentation package, in electronic format. The telecommunications contractor must furnish this information in electronic form on a CD-ROM or in a format designated by the end user. D. When repairs and re-tests are performed, the problem found and corrective action taken shall be noted, and both the failed and passed test data shall be documented. 3.19 AS-BUILT DRAWINGS A. The drawings are to include cable routes, sleeve penetrations and sizes, and outlet locations. Outlet locations shall be identified by their sequential number as defined elsewhere in this document. Numbering, icons, and drawing conventions used shall be consistent throughout all documentation provided. The Owner will provide floor plans in paper and electronic (DWG, AutoCAD rel. 14 or newer) formats on which as- built construction information can be added. These documents will be modified accordingly by the telecommunications contractor to denote as-built information as defined above and returned to the Owner. B. The Contractors shall annotate the base drawings and return a hard copy (same plot size as originals) and electronic (AutoCAD) form. 131 of 139 143 pg. 38 4 WARRANTY AND SERVICES 4.1 WARRANTY A. The nCompass Warranty combines a Limited Lifetime Extended Product and Application Assurance warranty. Legrand and Superior Essex (Manufacturer) provides the warranty directly to the Miami Dade County ITD. B. An Extended Product Warranty shall be provided, which warrants functionality of all components used in the system for a Limited Lifetime up to 40 years from the date of registration. The Extended Product Warranty shall warrant the installed horizontal and/or backbone copper, and both the horizontal and the backbone optical fiber portions of the cabling system. C. A warranty will remain in effect if the cable installed from switch to end user is manufactured by both a Legrand approved manufacturer and Legrand patch cords are installed. If, in that path there are cables manufactured by two different approved cable manufacturers and Legrand patch cords are used, this solution could be covered by the appropriate warranty. The applicable warranty that would apply depends upon the lowest performance cable installed in the path between the switch and the end user. D. The contractor shall provide a warranty on the physical installation. 132 of 139 144 pg. 39 4.2 CONTINUING MAINTENANCE A. MACs shall be performed by a Legrand Certified Contractor at the CIP level (preferred). The moves, adds and changes shall be added to the nCompass ™ warranty when registered with Legrand. 4.3 CLOSE OUT PACKAGE FORMAT A. Closeout package shall include the nCompass Limited Lifetime Applications Assurance Warranty. Refer to www.nCompass-system.com for specific guidelines. 4.4 PAYMENT A. Payments for this project will be at the direction of the construction manager. Final payment will be tied to the job completion and acceptance of on-time receipt of all submittals including the closeout package. 4.5 APPROVAL REQUESTS A. All approval requests/submittals shall be provided to the construction manager and the end user at least three (3) days minimum, preferably two (2) weeks, prior to work being performed. This will allow the construction manager and the end user to respond to requests in a prompt manner. 4.6 FINAL ACCEPTANCE & SYSTEM CERTIFICATION A. Completion of the installation, in-progress and final inspections, receipt of the test and as-built documentation, and successful performance of the cabling system for a two week period will constitute acceptance of the system. Upon successful completion of the installation and subsequent inspection, the end user shall be provided with a numbered certificate, from Legrand registering the installation. 133 of 139 145 pg. 40 APPENDIX A - DISTANCE LIMITATIONS Raceway Installation 1. Separation from EMI Sources: a. Comply with BICSI TDMM 13th edition and ANSI/TIA-569-D for separating unshielded copper voice and data communication cable from potential EMI sources, including electrical power lines and equipment. b. Separation between open communications cables or cables in non- metallic raceways and unshielded power conductors and electrical equipment shall be as follows: 1) Electrical Equipment Rating Less Than 2kVA: A minimum of (5”) five inches. 2) Electrical Equipment Rating between 2 and 5kVA: A minimum of (12”) twelve inches. 3) Electrical Equipment Rating More Than 5kVA: A minimum of (24”) twenty-four inches. c. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows: 1) Electrical Equipment Rating less than 2KVA: A minimum of (2-1/2”) two and one-half inches. 2) Electrical Equipment Rating between 2 and 5KVA: A minimum of (6”) six inches. 3) Electrical Equipment Rating More Than 5KVA: A minimum of (12”) twelve inches. d. Separation between Communications Cables and Fluorescent Fixtures: A minimum of (5”) five inches. 134 of 139 146 pg. 41 APPENDIX B – PART NUMBERS Part Number Description Bonding OR-60400010 Rack bonding lug kit OR-GB2X12GBKIT SBB, 2"x12" OR-GB4X12TMGBKIT PBB, 4"x12" OR-GB4X20TMGBKIT PBB, 4"x20" OR-GBH19KIT RBB, Horizontal, 1"x19.25" OR-GBV36KIT RBB, Vertical, 5/8"x36" OR-GBV72KIT RBB, Vertical, 5/8"x72" OR-IPK Rack Isolation Pad Cable - Copper 54-246-2A Category 6, NextGain, Blue BrakeBox (CMR) Riser 54-246-2B Category 6, NextGain, Blue BrakeBox (CMP) Plenum Copper Patch Cord MC605-06 Cat6, stranded UTP, BLUE, 5’ MC607-06 Cat6, stranded UTP, BLUE, 7’ MC609-06 Cat6, stranded UTP, BLUE, 9’ MC615-06 Cat6, stranded UTP, BLUE, 15’ RDC605-06 Cat6, stranded UTP, BLUE 5’, Reduced Diameter RDC607-06 Cat6, stranded UTP, BLUE, 7’, Reduced Diameter RDC609-06 Cat6, stranded UTP, BLUE, 9’, Reduced Diameter RDC615-06 Cat6, stranded UTP, BLUE, 15’, Reduced Diameter Faceplate OR-40300548 Single gang, 2-module TracJack faceplate, Fog White OR-40300546 Single Gang, 4-module TracJack faceplate, Fog White OR-42100002 Blanks (10/package), Fog White Fiber Cable L4006P401 SPSX 6-strand multi-mode 50-micron OM4 interlocking-armored CMP fiber L4012P401 SPSX 12-strand multi-mode 50-micron OM4 interlocking-armored CMP fiber L4024P401 SPSX 24 fiber multimode OM4 interlocking armor CMP fiber 135 of 139 147 pg. 42 Fiber Accessories HDFP-LCD12LC Multimode 12 fiber LC adapter panel, aqua HDFP-LCQ24LC Multimode 24 fiber LC adapter panel, aqua M4LCD12-50ESA1 Multimode 12 Fiber Splice Cassette, aqua M4LCD12-50E Multimode 12 Fiber Cassette, Aqua M4LCQ24-50EA3A1 Multimode 24 Fiber Cassette, Aqua Fiber Connector OR-205KNF9GA-50E Multimode: LC Style Fusion Splice on Connector OR-205KNF9SA-09 Single mode: LC Style Fusion Splice on Connector OR-205KNT9GA-50T Multimode LC reusable fiber connector OR-205KNT9SA-09 Single Mode LC reusable fiber connector Fiber Enclosure INFC01U-M4 1 RMU rack mount fiber enclosure INFC02U-M4 2 RMU rack mount fiber enclosure INFC04U-M4 4 RMU rack mount fiber enclosure Fiber Patch Cord QFJ-4242-269A-xxx Field Reversible, Single-mode, OS2,OFNR, xxx=feet of cord QFJ-4242-28CA-xxx Field Reversible, OM4, LOMF, OFNR, xxx=feet of cord Furniture Module OR-40300633 Furniture Plate (4 port), Fog White, TJ Grounding OR-GS-8 Grounding Kit Horizontal Manager OR-MM6HM62RU 2 RU, Horizontal Manager, 3.5" H x 19" W, single sided OR-MM6HM6D2RU 2RU Horizontal Manager, 3.5"H x 19"W, double sided J-Hooks CJ32HP 2” plastic coated metal J Hook CJ64HP 4” Plastic coated metal J Hook Jack OR-TJ600 TracJack category 6 module , Fog White OR-TJ600-36 TracJack Category 6, Blue Ladder Rack OR-MM20CRB16-B Runway Bracket OR-P128240HB Wall Angle Assembly OR-P820127H Straight Clamp Kit OR-P820147H Corner Clamp Kit 136 of 139 148 pg. 43 OR-P820527HB Cable Bracket for pathway for power OR-P982078H Vertical Wall Bracket OR-P987527H J-Bolt Kit OR-RCBK-6 Threaded Ceiling Kit OR-TRP11-CM Transition Pan OR-TRT10-12B 12" Ladder-rack Patch Panel OR-PHD66U24 24 port high density flat patch panel, 6 port modules. 1 RU OR-PHD66U48 48 port high density flat patch panel, 6 port modules, 2 RU OR-PSA66U48 48 port high density angled patch panel, , 6 port modules, 2 RU Racks OR-MM200710-B 7'H x 10.5"D, Channel Rack, Black OR-MM20706-B 7'H x 6.5"D, Channel Rack, Black OR-MM20716-B 7’H x 16”D , Channel Rack, black Rack Accessories OR-MM20PDUMB1D1W-B PDU Button Mount Bracket Surface Mount Plate OR-404TJ2 Surface housing for TracJack - holds 2 modules, Fog White Vertical Manager OR-MM20VMD706-B 7’h x 6.5”w x 10.25”d front vertical manager with latching door. OR-MM20VMD710-B 7’h x 10.5”w x 15”d front vertical manager with hinged cover. OR-MM20VMD712-B 7’h x 12.5w x 15”d front vertical manager with latching door. OR-MM20VMD716-B 7'h x 16.25"wx 15"d front vertical manager with latching door. 137 of 139 149 Exhibit 6 List of Consultants/Sub Consultants for New Construction 1. Architecture Consultant 2. Interior Design Consultant 3. Civil Engineer 4. Landscape Architect 5. Mechanical, Electrical, Plumbing, Fire Protection Engineering 6. Structural Engineer 7. LEED Consultant 8. Cost Estimating Consultant 9. Signage Consultant 10. Lighting Consultant 11. Acoustic Consultant 12. Project Integrator Consultant 1. Low Voltage 2. Audio Visual 13. Permit Expediting 138 of 139 150 .-;fublic miami-dade library system END OF DOCUMENT 139 of 139 151 152 RESOLUTION NO. 049-24-161S4 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING RESPONDENTS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. CSM2024-01 FOR THE SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT; PROVIDING FOR AUTHORIZATION; CORRECTIONS; IMPLEMENTATION; AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") issued Request for Qualifications No. CSM2024-01 ("RFQ") for the purpose of identifying responsible and qualified proposers for consideration of proposals for redevelopment of the City Hall property under a Request for Proposals ("RFP") to be developed; and WHEREAS, five sealed responses were received by the RFQ deadline of March 2S, 2024; and WHEREAS, on March 29, 2024, an Evaluation Committee appointed by the City Manager reviewed. scored. and ranked the respondents pursuant to the evaluation criteria set forth in the RFQ;and WHEREAS, pursuant to Section 1.9.4 of the RFQ, the City Manager recommends that the City Commission select all five respondents to the RFQ as eligible to submit proposals under the RFP;and WHEREAS, after reviewing the City Manager's recommendation, the Committee's ranking, and all aspects of the Respondents' responses, the City Commission desires to select the following firms as Short Listed Respondents under the RFQ that are eligible to submit proposals under the RFP: • RUDG,LLC • 13th Floor Investments, LLC • Adler Development, LLC • Integra Solutions, LLC • Sonnenblick Development (NOTE: the response was originally submitted with the prime respondent listed as Saltz Michelson. Sallz Michelson subsequently provided written notification to the City of a "clerical error" and identified Sonnenblick Development as the prime respondent) (collectively, the "Selected Respondents"); and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the residents of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY 153 Res. No. 049-24-16154 COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. That each of the above-stated recitals are hereby adopted, confirmed, and incorporated herein . Section 2. Selection. Pursuant to Section 1.9.4 , the City Commission selects the Selected Respondents as qualified and responsible Short Listed Respondents under the RFQ that are eligible to submit proposals under the RFP. Section 3. Authorization. The Selected Respondents are hereby authorized to receive the RFP and submit proposals in response subject to the provisions to be set forth in the RFP. Section 4. Corrections. Conformirig language or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 5. Implementation. That the City Manager is authorized to take any and all actions necessary to implement the Project, the Contract , and the purposes of this Resolution. Section 6. Effective Date. That this Resolution shall be effective immediately upon adoption . PASSED AND ADOPTED this 16 111 clay of April, 2024. ATTEST: READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF ~~NCOLE & BIERMAN , P.L. CITY ATTORNEY APPROVED: COMMISSION VOTE: Mayor Fernfodez: Vice Mayor Bonich: Commissioner Calle: Commissioner Liebman : Commissioner Corey: Page 2 of2 5-0 Yea Yea Yea Yea Yea 154Date: RFP Title: RFP No.: Please Print Clearly Pt~RCJN 1 'ffe71i,zy{\ o}-r;eve\oflf/'£V\l 4 5 6 7 8 9 10 11 Tl IE CITY OF PLEASANT LIVING MANDATORY Pre-Bid Conference Sign-In Sheet June 26, 2024 City Hall Redevelopment Project CSM2024-08 155Date: RFP Title: RFP No.: Please Print Clearly Tl IE CITY OF PLEASANT LIVING MANDATORY Pre-Bid Conference Sign-In Sheet June 26, 2024 City Hall Redevelopment Project CSM2024-08 !)?,.\J', c\ Be, Y\V\O... 'N\U 00'( 1 0, IO<N\.1 l f (0 ~j ~ e.( . 4 5 6 7 8 9 10 11 156 BID OPENING REPORT Proposals were received on: Friday, July 19, 2024 by: 2:00 p.m. For: RFP #CSM2024-08 South Miami City Hall Redevelopment Proiect COMPANIES THAT SUBMITTED PROPOSALS: AMOUNT: NIA 1. 13TH FLOOR .................................................. . 2. SONNENBLICK DEVELOPMENT .................................... . THE ABOVE PROPOSALS HA VE NOT BEEN CHECK.ED. THE PROPOSALS ARE SUBJECT TO CORRECTION AFTER THE PROPOSALS HA VE BEEN COMPLETELY REVIEWED. include damages for failing to complete the key tasks included in the Project schedule. D. Proposal Form Package. Proposer shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Proposal Package: Form 1. Proposal Form Package Acknowledgement. Form 2. Cost Recovery Agreement E. Special Consideration. Describe any special resources that Proposer or Proposer’s personnel assigned to develop, operate, and maintain the Project may bring or in-house expertise in technical areas, which will specifically benefit the City. Not to exceed three (3) pages in 12 point Times New Roman (or equivalent) font and single-spaced. Excess pages will be removed prior to submission to the Evaluation Committee. 1.7.5. Cost Recovery. Proposer shall submit a cost recovery deposit of $25,000 to cover the City’s costs of administering this RFP, including but not limited to costs of professionals used by the City to evaluate the RFP and advise the City Manager or City Commission. The cost recovery deposit shall be non-refundable. By submitting its proposal, Proposer acknowledges and agrees that it shall be required to submit an additional cost recovery deposit in an amount to be determined by the City Manager, but in no event less than $250,000, if selected for the award, to be applied to the City’s costs incurred in connection with evaluating and implementing the award. Such cost recovery deposit shall be due prior to negotiations and shall be replenished as necessary. 1.8. EVALUATION CRITERIA. Award shall be made to the responsive Proposer(s) (i.e. in compliance with the requirements and criteria of the RFP) whose Proposal is determined to be the most advantageous to the City and in the City’s best interest. Proposals will be evaluated according to the following criteria and respective weight: Evaluation Criteria Maximum Points Master Development Plan An evaluation of the overall Master Development Plan and each component phase of the Master Development Plan, considering the City’s development vision and goals for the Project. 200 Total Overall Approach 20 Planning and Site Plan Approach – Civic Improvements 50 Planning and Site Plan Approach – Developer Improvements 50 Public Areas Approach 30 Common Areas Approach 10 Architectural Design Approach 50 Infrastructure Approach 15 Management and Operations Approach 25 15 of 139 157 Financial Offer and Finance Plan 200 Total Financial Offer 150 Base Rent, annual increases and periodic adjustments Revenue Sharing Other Compensation, benefits Overall Finance Plan An evaluation of the Proposer’s financial strength, capacity, and the Finance Plan 50 Project Schedule Evaluation of the proposed Project implementation schedule for all component phases of the Project (Civic Improvements and Developer Improvements) taking into account the timeline for completion, the feasibility of the Project implementation schedule, and the method of ensuring Project implementation in a manner that complies with all safety requirements and causes minimal disruption to the community and City facilities. 100 Total Total Possible Points 500 1.9 SELECTION PROCESS 1.9.1 Phase 1: Staff Level Review for Compliance with Minimum Requirements. City Staff and consultants shall review and evaluate the Proposals submitted to ensure the minimum criteria and requirements of the RFP have been met. The City Manager or designee may reject those Proposals that do not meet the minimum requirements of the RFP. 1.9.2 Phase 2: Evaluation Committee Review. The City Manager or City Manager’s designee will appoint an Evaluation Committee, ratified by the City Commission, to review and evaluate the responsive Proposals (i.e. those Proposals that are in compliance with the requirements and criteria of the RFP) during a public meeting (the City will provide instructions on how to participate and access the meeting). The Evaluation Committee reserves the right to request additional information or seek clarifications as it deems necessary. Failure to comply with any mandatory requirements may disqualify a proposal. The Evaluation Committee reserves the right to conduct interviews or require presentations prior to finally ranking the Proposals. The Evaluation Committee shall rank the responsive Proposals in terms of their relative advantage to the City and the City’s best interest, based on the evaluation criteria set forth above. The Evaluation Committee shall be advised by the City Attorney and the City’s special legal counsel, special financial advisor, and property appraiser. 1.9.3 Phase 3 (if requested by Evaluation Committee): Oral Presentations. The Evaluation Committee may call Proposers for oral presentations before the Evaluation Committee regarding their Proposal, Project approach, and the ability to furnish all aspects required for implementation of the Project. All Prime Consultants and subconsultants in each Project team shall be present at 16 of 139 158 the assigned time for a 20-minute presentation followed by up to a 10-minute question-and- answer session. The Proposers are encouraged to be represented only by the Lead/Project Manager and the staff identified in the Proposal. Additional details on the oral presentations may be provided to the Proposers. If oral presentations are requested by the Evaluation Committee, the oral presentation will be worth an additional 100 points. The City will notify the Proposers where the oral presentations, if any, will be conducted and whether the Proposers may appear virtually or must appear in person. The Evaluation Committee shall rank the Proposers and provide its written recommendations to the City Manager. 1.9.4 Recommendation to City Commission. After the Evaluation Committee evaluates and ranks the Responsible Proposers, the City Manager shall review, evaluate, and present a recommendation to the City Commission for selection and award of a Proposer(s) and Proposal, or rejection of all proposals at a City Commission meeting, taking into consideration the recommendations of the Evaluation Committee. If the City Manager issues a recommendation for selection of a responsive Proposer and Proposal, the recommendation shall recommend selection of the Proposer and Proposal that the City Manager determines is the most advantageous to the City and in the City’s best interest. The City Manager’s recommendation shall be provided to the City Commission together with the Evaluation Committee’s rankings and recommendations. 1.9.5 Phase 4: City Commission Presentation (if requested). The City Commission may call Proposers for oral presentations before the City Commission regarding their Proposal, Project approach, the ability to furnish all aspects required for implementation of the Project, and such other factors determined by the City Commission to be necessary to determine the responsive Proposer who submitted the Proposal that is the most advantageous to the City and in the City’s best interest. The City Commission may request oral presentations from the Proposers, provided, however, that nothing herein shall be construed to restrict the City Commission’s ability to request presentations from any and/or all Proposers. If oral presentations are requested by the City Commission, instructions governing the presentation shall be provided to the Proposers select ed to provide oral presentations. 1.9.6 Phase 5: City Commission Meeting to Select Responsible Proposer. The City Commission may select the Proposal from the responsive Proposer(s) that it determines is compliant with the criteria and requirements of this RFP, and is the most advantageous to the City and in the City’s best interest, taking into consideration all aspects of each Proposer’s Proposal, including oral presentations, if requested. 1.9.7 Phase 6: City Manager Negotiation of Agreement(s): After selection of the Proposer(s) by the City Commission, the City Manager and/or designee(s) shall negotiate such Agreement(s) with the selected Proposer(s) that are necessary to fully implement all aspects of the Project . The City Manager shall negotiate Agreement(s) that incorporate the major terms and conditions contained in this RFP and all aspects of the Proposer(s) Proposal, including the Proposer(s) Financial Offer, that the City Manager, in his/her sole discretion, determines is fair, competitive, and reasonable. Any award and execution of agreement(s) shall be subject to approval by the City Attorney as to form, content, and legal sufficiency. Should the City Manager be unable to negotiate satisfactory agreements with the Selected Proposer, the City Manager shall terminate negotiations with the Selected Proposer, and the City Commission shall have the right to cancel the RFP process or select and award the Agreement(s) to a qualified Proposer pursuant to the process in Section 17 of 139 159 1.9.6, in its sole discretion, and authorize the City Manager to negotiate Agreement(s) with the next Selected Proposer. The City anticipates entering into the Agreement(s) listed in Exhibit “A” with the selected Proposer. 1.9.8 Phase 7. City Commission Meeting to Award and Approve Agreement(s). Upon reaching mutually agreeable terms with the selected Proposer(s), the Agreement(s) negotiated with the selected Proposer(s) shall be presented to the City Commission for final approval. 1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES The City reserves the right to: 1.9.1. Reject any or all proposals which is in any way incomplete or irregular, reissue the entire solicitation, or enter into contracts with more than one Proposer; 1.9.2. Utilize the services of one or more technical experts to assist in the evaluation of any aspect of the proposals received in response to the RFP at any stage of the RFP, and to negotiate and draft Agreement(s); 1.9.3. Accept or reject any and/or all Proposals or parts of Proposals; 1.9.4. Workshop or negotiate any and all Proposals; 1.9.5. Select and award Proposer(s) for all or any portion of the Project 1.9.6. Waive irregularities in any Proposal; 1.9.7. Cancel or discontinue this RFP process; 1.9.8. Request new Proposals for implementation of the Project; and 1.9.9. Short list Proposers and conduct personal interviews or require presentations by any or all Proposers prior to ranking, or at any time during the evaluation process, or at any duly noticed City Commission Meeting where selection and award is made. All materials submitted in response to this Request for Proposals become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Proposal or responses to the RFP, whether amended or not, and selection or rejection of Proposal does not affect this right. The City Commission shall make the final determination and award of the Project to the selected Proposer(s) based on their Proposal(s), subject to negotiation and approval of Agreements. All costs of preparing the Proposal and participating in the RFP shall be borne by each Proposer. 1.10. CODE OF ETHICS PROVISIONS. 1.10.1. Cone of Silence. The provisions of City’s Cone of Silence are applicable to this RFP. The City’s Cone of Silence 18 of 139 160 PROPOSAL TO CITY OF SOUTH MIAMI, RFP No CSM2024-08 SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT DATE: 07/18/2014 13TH FLOOR LINK AT SOUTH MIAMI, LLC 2850 Tigertail Ave Suite 701, Miami, FL 33133 786.220.0460 CONTACT: REY MELENDI 786.220.0460 rmelendi@13fi.com 1.7.1.1 161 1.7.1.1 TITLE PAGE................................................................................ 01 1.7.1.2 TABLE OF CONTENTS............................................................ 02 1.7.1.3 EXECUTIVE SUMMARY........................................................... 03 1.7.2 MASTER DEVELOPMENT PLAN............................................. 06 1.7.2-A SUMMARY AND OVERALL APPROACH............................... 07 1.7.2-B PLANNING AND SITE PLAN APPROACH........................... 10 1.7.2-C PUBLIC AREAS APPROACH................................................... 35 1.7.2-D COMMON AREA APPROACH............................................. 42 1.7.2-E ARCHITECTURAL DESIGN APPROACH............................... 44 1.7.2-F INFRASTRUCTURE APPROACH............................................. 48 1.7.2-G MANAGEMENT AND OPERATION APPROACH............... 49 1.7.3 FINANCIAL OFFER................................................................. 54 1.7.4 FINANCIAL PLAN.................................................................... 60 1.7.5 COST RECOVERY..................................................................... 79 1.7.1.2TABLE OF CONTENTS For convenience when viewing electronically: • This table of contents is hyperlinked to each refrenced page • Clicking any page number anywhere on the presentation will hyperlink back to this page 162 33 1.7.1. EXECUTIVE SUMMARY 163 4 EXECUTIVE SUMMARY 1.7.1.3. 7/18/2023 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive, City of South Miami, Florida, 33143 Arnaud Karsenti Managing Principal 13th Floor Investments Sincerely, Dear City of South Miami, We are pleased to present our vision for LINK at SOMI, a transformative transit-oriented development at the heart of South Miami. Our proposal aims to revitalize the City's downtown by redeveloping South Miami City Hall into a profitable, large-scale, first-class, mixed-use development. The project includes a state-of-the-art City Hall, Police Station, and Library, meticulously designed to celebrate the identity of South Miami as the City of Pleasant Living. These Civic Improvements will be surrounded by a 670-unit mixed-use residential development with 28,000 square feet of active retail. At the center of the project, the rejuvenated and repurposed Sylva Martin historic building will anchor the revamped Jean Willis Park, transforming it into a vibrant center for community engagement. The focus on creating inviting public open spaces and active retail venues will add significant value to both the residential and civic components of the project. Our approach is rooted in the principles of successful Public-Private Partnerships (P3). As a locally based firm with over $1.5B in public-private partnership projects, our team brings a nuanced understanding of ground leases and the intricacies of developing Civic Improvements. As an example, we have paid particular attention to planning the project to allow for seamless phasing and transitions that ensures uninterrupted continuity of operations for City Hall, the Police Station and the Library throughout the development process. We are committed to delivering a development that meets capitalization requirements and upholds the highest standards of quality. Our robust and viable financial plan ensures that this development will be successfully completed, eliminating any cash outlay by the City for the construction of the Civic Improvements. Like our project at Douglas Station, LINK at SOMI will be a shining example of effective public-private collaboration, showcasing how such partnerships can produce world-class civic infrastructure and sustainable urban development. We are dedicated to building an active community with inviting open spaces that offer unforgettable experiences. Recognizing South Miami’s immense potential, we have struck a balance between iconic placemaking, economic feasibility, and long-term planning. Our extensive partnership experiences, both within the public and private sectors, provide us with a deep understanding of each party’s objectives and what it means to succeed. We understand the profound responsibility that comes with this Project and are fully committed to its success by providing the human and financial resources to design, construct, develop, operate, and manage the Project in accordance with the terms of our proposal. Thank you for considering our proposal. Rey Melendi Chief Opperating Officer, Principal 13th Floor Investments 164 13TH FLOOR INVESTMENTS 165 66 1.7.2. MASTER DEVELOPMENT 166 7 MASTER DEVELOPMENT PLAN 1.7.2.A Summary and Overall Approach WORLD-CLASS CITY HALL, POLICE, AND LIBRARY Our proposal features the construction of a state- of-the-art city hall, police station, and library. These facilities will serve as the cornerstone of South Miami’s civic infrastructure, providing modern, efficient, and accessible services to the community. The new buildings will reflect the city's commitment to excellence, safety, and community engagement. Our vision for the redevelopment of LINK at SOMI is to create an accessible, inclusive, vibrant, and highly livable community. HIGHEST AND BEST USE YET VIABLE FINANCIAL PLAN Our financial plan maximizes the property’s economic potential while balancing it with the need to provide operations continuity for the City of South Miami. Our proposal includes Base Rent, Participation Rent, and a strategy to utilize those payments to finance the new public facilities. OPERATIONS CONTINUITY Ensuring the continuity of city hall, police station and library operations is critical to our development plan. We have meticulously designed the project to allow for seamless phasing and transitions, ensuring that these essential services remain fully operational throughout the development process and with adequate parking along the way. Our commitment to maintaining uninterrupted city services underscores our dedication to meeting the community's needs without disruption. PLACEMAKING Our approach is rooted in the principles of placemaking, focusing heavily on creating inviting public open spaces. We will pursue active retail venues, such as food and beverage outlets and fitness centers (e.g., Barry's, Orange Theory), that add significant value to both the residential and public facility components of the project. By integrating vibrant outdoor areas and distinctive public spaces, we foster a sense of community and belonging. TRANSIT-ORIENTED COMMUNITY (TOC) Our vision includes the development of a transit- oriented community that enhances overall well- being and connectivity. By integrating oversized Uber/ Lyft drop-offs and multimodal transportation options such as scooter and bike-sharing programs, we establish a thriving hub anchored by excellent transit access. This project will have very close access to Metrorail, promoting sustainability, reducing traffic congestion, and providing residents with convenient access to amenities and services. Proposed Development Program Proposed Development Phasing South Miami City Hall 30,000 sf Pre-Construction Phase 1 Phase 2 Total South Miami Police Station 25,000 sf Miami-Dade County Public Library 15,000 sf Execution of Ground Lease Agreement Dec 2024 Multifamily 670 units Ground Break1 Jul 2027 Jul 2029 Jul 2027 Ground Floor Retail 27,846 sf Substantial Completion Jun 2029 Jun 2031 Jun 2031 Duration 30 months 24 months 24 months 78 months Economic Summary Upfront Rent1 $4.5 million South Miami City Hall 30,000 sf – 30,000 sf Base Rent2 $800,000 annually South Miami Police Station 25,000 sf – 25,000 sf Participation Rent3 3.0% of revenue Miami-Dade County Public Library 15,000 sf – 15,000 sf Total Ground Rent to City Over 99 Years4 $931 million City Facilities 70,000 sf – 70,000 sf Present Value of Ground Rent Payments5 $35.0 million Present Value of City Tax Revenue5 $25.5 million Multifamily 335 units 335 units 670 units Total Consideration to City6 $60.5 million Ground Floor Retail 8,195 sf 19,651 sf 27,846 sf 2 $400k per phase commencing at ground break and growing at CPI 5 Using a 5% discount rate 6 We are proposing that the Project’s Civic Improvements be financed by a public bond. The City shall allocate the consideration from the Project towards the bond payments eliminating any cash outlays by the City from other sources. 4 Includes upfront rent, base rent, participation rent, and tax revenue to the City of South Miami 1 $500k deposit at execution of ground lease agreement and $2M at ground break of each phase 3 Participation rent = 3% of gross revenue less base rent (so that total recurring ground rent is the greater of base rent and 3% of revenue) 1 Developer will pay penalty rent in the amount of $200k per phase annually commencing on the intended start date if the project has not broken ground 1.2. 4.5. 3.Proposed Development Program Proposed Development Phasing South Miami City Hall 30,000 sf Pre-Construction Phase 1 Phase 2 Total South Miami Police Station 25,000 sf Miami-Dade County Public Library 15,000 sf Execution of Ground Lease Agreement Dec 2024 Multifamily 670 units Ground Break1 Jul 2027 Jul 2029 Jul 2027 Ground Floor Retail 27,846 sf Substantial Completion Jun 2029 Jun 2031 Jun 2031 Duration 30 months 24 months 24 months 78 months Economic Summary Upfront Rent1 $4.5 million South Miami City Hall 30,000 sf – 30,000 sf Base Rent2 $800,000 annually South Miami Police Station 25,000 sf – 25,000 sf Participation Rent3 3.0% of revenue Miami-Dade County Public Library 15,000 sf – 15,000 sf Total Ground Rent to City Over 99 Years4 $931 million City Facilities 70,000 sf – 70,000 sf Present Value of Ground Rent Payments5 $35.0 million Present Value of City Tax Revenue5 $25.5 million Multifamily 335 units 335 units 670 units Total Consideration to City6 $60.5 million Ground Floor Retail 8,195 sf 19,651 sf 27,846 sf 2 $400k per phase commencing at ground break and growing at CPI 5 Using a 5% discount rate 6 We are proposing that the Project’s Civic Improvements be financed by a public bond. The City shall allocate the consideration from the Project towards the bond payments eliminating any cash outlays by the City from other sources. 4 Includes upfront rent, base rent, participation rent, and tax revenue to the City of South Miami 1 $500k deposit at execution of ground lease agreement and $2M at ground break of each phase 3 Participation rent = 3% of gross revenue less base rent (so that total recurring ground rent is the greater of base rent and 3% of revenue) 1 Developer will pay penalty rent in the amount of $200k per phase annually commencing on the intended start date if the project has not broken ground 167 • • • • • 8 MASTER DEVELOPMENT PLAN 1.7.2.A Our overall approach for the Master Development Plan of the Project Site balances the economic potential of the site with sustainable growth, operational continuity for the city, placemaking, and historic preservation for the community. 1. Planning and Design Approach The planning and design of LINK at SOMI are rooted in the principles of placemaking and economic feasibility. Our design approach emphasizes creating inviting public open spaces, integrated with retail at the center of the project, and providing state-of-the-art civic facilities. The design ensures seamless transitions between phases, maintaining the operational continuity of essential services such as city hall and the library throughout the development process. We are committed to sustainable practices, ensuring that the new infrastructure not only meets current needs but also adapts to future growth. 2. Development and Construction Approach Our development strategy begins with the construction of new city facilities, ensuring that the existing city hall, police and library remain operational during this phase. This initial phase will include breaking ground on the new city hall, police station, and library, along with the development of 335 residential units and ground-floor retail spaces. Additionally, the Sylva Martin historic building will be renovated and repurposed as a restaurant, adding a vibrant cultural and social hub to the community. This phased approach minimizes disruptions and ensures that essential city services are uninterrupted. There will be a thoughtful Maintenance of Traffic (MOT) plan prepared to ensure there is traffic mitigation and proper pedestrian protection in the areas where construction is proximate to operating buildings. 3. Maintaining, Operating and Managing the Project Our management plan for LINK at SOMI is designed to foster a sense of community while ensuring efficient operations. The project will feature shared parking facilities, where the city and residents will utilize the same garage on a time-sharing basis—city operations during the day and residents in the evening. This innovative approach maximizes resource use and minimizes the footprint of parking facilities, contributing to the project's sustainability goals. We are dedicated to maintaining the highest standards of operation and management. Our Property Management partner will be Bozzutto who we have worked with in the past and have a high degree of confidence and respect for. That will ensure that all components of the development are well-maintained and serve the community effectively. Phasing of the Project The development is planned in two main phases to ensure operational continuity and minimize disruptions. • Phase I: Construction of new city hall, police station, and library while the existing city hall, police and library remain operational. Development of 335 residential units (305,000 SF of leasable space) with ancillary ground-floor retail. Renovation and repurposing of the Sylva Martin historic building into a restaurant. Completion of the phase I parking garage, which will be shared by city employees during the day and residents at night. • Phase II: Development of an additional 335 (303,000 SF) residential units, retail space and completion of the relocation of Jean Willis Park. Also includes the transition of city operations to the new facilities, followed by the completion of any remaining elements of the project. Highest and Best Use of the Project Site: The proposed development is the highest and best use of the Project Site due to its comprehensive approach that integrates civic, residential, and commercial components in a balanced and sustainable manner. The decision to develop the site this way is based on a thorough analysis of community needs, economic potential, and sustainable urban planning principles. By concentrating residential and retail density strategically and preserving historic elements, we ensure that the development adds significant value to the community while respecting its heritage. Overall Proposed Master Development Plan The Master Development Plan for LINK at SOMI includes: • City Facilities: New city hall, police station, and library 70,000 SF. • Residential Development: A total of 670 high-end residential units (608,000 SF on average), with 335 units developed in each phase. • Retail Spaces: Approximately 28,000 active retail venues, including food and beverage outlets and fitness centers. • Historic Preservation: Renovation and repurposing of the Sylva Martin historic building into a community gathering space that serves food and beverages. • Public Open Spaces: Inviting and vibrant outdoor areas that foster community engagement. • Transit-Oriented Design: Integration of oversized Uber/Lyft drop-offs and multimodal transportation options such as scooter and bike-sharing programs, with close access to Metrorail. Summary and Overall Approach 168 169 10 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach PHASE-I 5-STORY CIVIC BUILDING (70,000 SF) HISTORIC BLDG. TO REMAIN PHASE-IA 15-STORY MULTIFAMILY (335 DU)7-STORYPARKI NG GARAGE(360 PS)THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN PHASE I -SITE PLAN SOMI RFP A-1.01 0'8'16'32'64' Conceptual Site Plan | Phase I Phase I includes a 5-story civic building (70,000 SF) situated centrally, preserving the Sylva Martin Building as a key feature of the site. Surrounding the civic building, we have designed public plazas that provide open, communal spaces for gatherings and events, enhancing the civic engagement and aesthetic appeal of the area. This design enables Phase I to be developed within the existing open spaces, therefore allowing for the existing city hall, police station and library facilities to continue operations until completion of the newly proposed Civic Building. PROGRAM Phase I • 6 Story Civic Building 70,000 sf • 15 Story Multifamily 335 Units • 7 Story Parking 360 Spcs. Phase II • Residential Multifamily 335 Units • Parking Garage 550 Spcs. 170 11 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach Conceptual Site Plan | Phase II Phase II includes an additional public active plaza (on the Northeast area) to complement the surroundings of the new civic office building. Other public amenities such as a new pocket park, a dog park and an active connection towards The Underline provide a well integrated set of public spaces into the existing fabric of the city. PROGRAM Phase I • 6 Story Civic Building 70,000 sf • 15 Story Multifamily 335 Units • 7 Story Parking 360 Spcs. Phase II • 15 Story Multifamily 335 Units • 7 Story Parking 550 Spcs. 171 I .-- 12 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach Conceptual Site Plan Ground Level Floor Plan To further enhance the proposed open spaces, we located retail or active residential lobbies uses facing all around them. Furthermore, we sought to maintain direct visibility of the Sylva Martin Building from Sunset Drive by opening a covered paseo under the new Civic Building. 12395 RETAIL 8195 RETAIL 7256 RETAIL 4053 LOBBY 3996 LOBBY COLONNADEC O L O N N A D E POLICESTATIONPUBLIC LIBRARY BACK OF HOUSE BACK OF HOUSE UPUPHISTORIC BUILDING 749 1 BED 750 1 BED 750 1 BED 750 1 BED 750 1 BED 1047 2 BED 749 1 BED 1032 2 BED 1026 2 BED LOBBY THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN GROUND LEVEL FLOOR PLAN SOMI RFP A-2.01 0'15'30'60' 172 13 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach 1145 2 BED 750 1 BED 750 1 BED 1125 2 BED 711 1 BED 1261 3 BED 1057 2 BED 959 2 BED 918 1 BED 1032 2 BED 1026 2 BED 789 1 BED 1018 2 BED 541 STUDIO 750 1 BED 1000 2 BED 1072 2 BED 958 2 BED 749 1 BED 746 1 BED 746 1 BED 1306 3 BED 749 1 BED 1006 2 BED1125 2 BED 750 1 BED 750 1 BED 750 1 BED1047 2 BED 750 1 BED 750 1 BED 510 STUDIO 750 1 BED 752 1 BED 750 1 BED 750 1 BED 750 1 BED POLICE STATION (2ND TO 3RD)CITY HALL (4TH TO 5TH) THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN TYP. 2ND TO 7TH LEVEL FLOOR PLAN SOMI RFP A-2.02 0'15'30'60' Conceptual Site Plan 2nd through 7th Typical Floor Plan 173 ~~~-~~-~~=~~~-~~~~~~-~~_.--- 1 : I : I ~ ~ I I : r--~~----~~....I : r ___________________________ J ,,,,..-------.___ ------ I I t ~ I ~ ~ i ------------------------- • I ' ', tt~ ;.;.:~t -: 1/ D r---------7 r-J L ---, I I I I I I I I I I I : r ___ J I I 1/ L------------J 1/ 1/ ,/~ t' ,,"/' • ✓r :-, :-, :-, ,; ,,'/ / , -: /; • // 1 ' ,,/_/ . ,,,;; f✓ ~ ,, >) , ;/ I I I I I I 14 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach 8043 AMENITY 1145 2 BED 750 1 BED 750 1 BED 1125 2 BED 711 1 BED 1261 3 BED 1057 2 BED 959 2 BED 918 1 BED 837 1 BED 1125 2 BED 1000 2 BED 1072 2 BED 958 2 BED 1124 2 BED 746 1 BED 746 1 BED 1306 3 BED 749 1 BED 1006 2 BED 1125 2 BED 750 1 BED 750 1 BED 750 1 BED1047 2 BED 750 1 BED 750 1 BED 510 STUDIO 750 1 BED 1016 2 BED 554 STUDIO 842 1 BED 750 1 BED 750 1 BED 749 1 BED 1032 2 BED 750 1 BED 9767 AMENITY 752 1 BED 750 1 BED 750 1 BED 750 1 BED 750 1 BED THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN 8TH LEVEL FLOOR PLAN SOMI RFP A-2.04 0'15'30'60' Conceptual Site Plan 8th Floor Plan Residential Amenities 174 .--------------------------~ ~ ------~-~ --------, r----------------------------------------------------------- 1 I I I I I I 15 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach 1145 2 BED 1016 2 BED 750 1 BED 554 STUDIO 842 1 BED 750 1 BED 750 1 BED 750 1 BED 1125 2 BED 750 1 BED 750 1 BED 711 1 BED 1261 3 BED 1057 2 BED 959 2 BED 918 1 BED 750 1 BED 749 1 BED 1125 2 BED 1000 2 BED1072 2 BED 958 2 BED 1124 2 BED 746 1 BED 746 1 BED 1306 3 BED 749 1 BED 1006 2 BED 1125 2 BED 750 1 BED 750 1 BED 750 1 BED1047 2 BED 750 1 BED 750 1 BED 992 2 BED 948 2 BED 723 1 BED 714 1 BED 510 STUDIO 750 1 BED 837 1 BED 1032 2 BED 665 STUDIO 1116 2 BED 752 1 BED 750 1 BED 750 1 BED THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN 9TH LEVEL FLOOR PLAN SOMI RFP A-2.05 0'15'30'60' Conceptual Site Plan 9th Floor Plan Residential Units 175 I L ____________ J 16 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach 8043 AMENITY 1145 2 BED 750 1 BED 750 1 BED 1125 2 BED 711 1 BED 1261 3 BED 1057 2 BED 959 2 BED 918 1 BED 837 1 BED 1125 2 BED 1000 2 BED 1072 2 BED 958 2 BED 1124 2 BED 746 1 BED 746 1 BED 1306 3 BED 749 1 BED 1006 2 BED 1125 2 BED 750 1 BED 750 1 BED 750 1 BED1047 2 BED 750 1 BED 750 1 BED 510 STUDIO 750 1 BED 1016 2 BED 554 STUDIO 842 1 BED 750 1 BED 750 1 BED 749 1 BED 1032 2 BED 750 1 BED 9767 AMENITY 752 1 BED 750 1 BED 750 1 BED 750 1 BED 750 1 BED THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN 8TH LEVEL FLOOR PLAN SOMI RFP A-2.04 0'15'30'60' Conceptual Site Plan 10th Through 15th Typical Floor Plan Residential Units 176 .--------------------------~ ~ ------~-~ --------, r----------------------------------------------------------- 1 I I I I I I 17 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach Retail Merchanding Plan Our vision for the retail merchandising program features an exciting mix of potential tenants, creating a vibrant and diverse shopping and dining experience. Highlights include Barry's, Solidcore, Alo Moves, and Joe & The Juice for fitness and wellness; The Cafe at Books & Books for a unique experience in the Sylva Martin building; and a diverse selection of dining options such as Motek, Hillstone, Madruga Bakery, Salt & Straw, Bartaco, Narbona, Belly Fish, and Moxies. This curated selection aims to cater to a variety of tastes and interests, fostering a lively community atmosphere. Please note, these tenants are examples of potential tenants as part of our envisioned plan and are not yet secured. 177 ·-------1 --- I I I r----!-~~__:_-~~•---I I ----• I I ,------, I I I I I I B * R RY'S [soli~oreJ I I I J I I I : : I : : I '---, ) L--✓ alo moves ______ _J I I I ·---- -'I I I I I I I I I I I I ·~; I __ _ I I I I 1---' L _____ I ---------- - -'I ,,-------1 , I I I I I I I I I I I I I ,.....1... :1 ' I I ' I NA'!;~?NIA ~ BELLY FISH MOTEK M OXIES / HILLSTONE RESTAURANT CROUP , 18 MASTER DEVELOPMENT PLAN 1.7.2.B-1 Planning and Site Plan Approach 15 Story Vs. 18 Story Development This proposal is structured as a 15 story maximum height development. However, the City of South Miami may elect to develop up to 18 stories. The diagram on the right illustrates how some additional open space would be gained by shortening the length of the residential towers to accomodate the same density (670 residential units) in 3 additional stories (additional stories not pictured). Density, parking, civic improvements and the overall scheme is not affected, with the small exception of some retail space at the ground floor being reduced to fit within a smaller building footprint. THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN 3D VIEWS SOMI RFP A-3.00 SCALE: NW CORNER VIEW SCALE: NE CORNER VIEW SCALE: SE CORNER VIEW SCALE: SW CORNER VIEW THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN 3D VIEWS SOMI RFP A-3.00 SCALE: NW CORNER VIEW SCALE: NE CORNER VIEW SCALE: SE CORNER VIEW SCALE: SW CORNER VIEW THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN 3D VIEWS SOMI RFP A-3.00 SCALE: NW CORNER VIEW SCALE: NE CORNER VIEW SCALE: SE CORNER VIEW SCALE: SW CORNER VIEW THESE DRAWINGS ARE THE PROPERTY OF CORWIL ARCHITECTS INC. UNLESS OTHERWISE PROVIDED FOR BY CONTRACT, THE CONTENTS OF THESE DRAWINGS ARE CONFIDENTIAL AND SHALL NOT BE TRANSMITTED TO ANY OTHER PARTY EXCEPT AS AGREED TO BY THE ARCHITECT / ENGINEERS. CONCEPTUAL SITE PLAN 3D VIEWS SOMI RFP A-3.00 SCALE: NW CORNER VIEW SCALE: NE CORNER VIEW SCALE: SE CORNER VIEW SCALE: SW CORNER VIEW 15 18 178 179 20 MASTER DEVELOPMENT PLAN 1.7.2.B.2-3 Planning and Site Plan Approach 1.7.2-B.2 | Zoning Compliance Approach 2. An explanation of how the Project complies with zoning requirements and/or zoning changes and land use changes that will be pursued by the Proposer if awarded an Agreement(s) pursuant to this RFP. Proposals that require rezonings and land use changes to the Project Site should weigh their proposed changes for compatibility with the City’s Comprehensive Plan and the surrounding neighborhood. Our proposal is organized around a design driven regulatory approach that optimizes compatibility with the surrounding neighborhood and consistency with the City’s Comprehensive Plan. Neighborhood compatibility is defined in the first instance by neighborhood context. On this point, we note that the Project Site must be evaluated within the context of: (i) the adjacent multimodal transit center known as South Miami Station; (ii) the linear park known as the Underline; and (iii) the City jewel known as the Hometown. The goal of our proposal is to transform the Project Site into a lively mixed-use urban district that features residential density at 150 dwelling units per acre together with a curated mix of complementary commercial, civic, and governmental uses that leverage our proximity to (i)-(iii). By placing this mixture of uses and density at this location, we responsibly propose a transit-oriented development that reduces reliance on the automobile, reduces reliance on single-occupant automobile trips, and encourages walking and bicycling in a pedestrian friendly environment. We believe this approach is quintessentially compatible with the surrounding neighborhood. Before diving into the specific zoning and land use changes, we must first start with a vitally important fact: The actual land use and zoning on the Project Site differs from that stated in the RFP. Specifically, the RFP describes the Project Site as designated Public and Institutional on the City’s Future Land Use Map (“FLUM”) and zoned Public/Institutional. (RFP, p.25.) Based on our independent review, however, the Project Site is actually designated Transit Oriented Development District (TODD) and Parks and Open Space (POS) on the FLUM. Relatedly, the Project Site is actually zoned TODD-PR and TODD-PI. We graphically illustrate the actual land use and zoning with annotated excerpts of the City’s Future Land Use Map and Zoning Map. 1. City of South Miami Future Land Use Map 2. City of South Miami Future Land Use Map Because the actual Project Site land use and zoning differs from the representations within the RFP, we include two different entitlement scenarios in our responses to Questions 2 and 3. One scenario addresses the actual land use and zoning, the other scenario addresses the land use and zoning described in the RFP. That said, our approach in both scenarios ensures consistency with the adopted comprehensive plan and neighborhood compatibility. SCENARIO 1 (ACTUAL EXISTING CONDITIONS) Given the actual existing conditions, the portions of the Project Site zoned TODD-PR and designated POS would require a rezoning to TODD-PI and a small-scale map amendment to TODD. We detail those specific entitlements in response 3 below. The portions of the Project Site zoned TODD-PI and designated TODD allow for the Project Improvements to be constructed within the parameters of the existing Zoning Code and consistent with the City’s Comprehensive Plan. In the subsections that follow, we show how the Project Improvements are consistent with the actual existing regulations. 180 -i .,, q ;', r ,- 7171 ~ \ 6161 v, ""> 6075 :i: :?; 6101 I o;, ~~ -e, ~ I .. JS q r-----, 1 1 '59so ~o .!i•I i ~ # SW 7 1cfop R mo ~ ~ I ~ I , -1, .. "TODD-PI-;/ 73 11 7340 1 ~ --; 7401 "'; ? ~ ~~ SI ~ .,..._<s I ~ t-'.!l ~ "<f ~ It 7410 ::c ~ s 7430 q BASS LAW 21 MASTER DEVELOPMENT PLAN 1.7.2.B.2-3 Planning and Site Plan Approach 1.7.2-B.2 | Zoning Compliance Approach Continued Permitted Uses In addition to public/institutional uses, lands zoned TODD (PI) may have all “uses permitted in the other TODD sub-categories.” (See § 20-8.3(C)(2)(e), City Code.) TODD (PI) allows for the Project Improvements, including but not limited to, the following uses: government administration, library, public park and/or plaza, multifamily dwellings, as well as an extensive number of business and professional services and retail establishments, and ancillary related uses such as parking. (See § 20-3.3(D), City Code.) Height TODD (PI) zoning allows for building heights compatible with surrounding districts. (See § 20-8.3(D)(e), City Code.) Based on the location of the Project Site and its proximity to one of Miami’s most significant transit corridors, we believe the Project’s proposed heights of 15 to 18 stories are in fact compatible with the surrounding districts. That said, final decision- making authority on the question of height remains with the City’s professional Staff and the City Commission. Density The TODD (PI) zoning district does not impose a minimum or maximum density – it permits “as many units as can be provided with parking.” (See § 20-8.4(B), City Code.) Intensity Within the TODD zoning district no single permitted use (except for residential) “may exceed[] eighty thousand (80,000) square feet of gross floor area.” The Project Improvements fully comply with this limitation. Land Use The Project Improvements are consistent with the TODD future land use category. (FLU Policy 1.1.1, Comp. Plan.) TODD allows “the development of office uses, office services, office- related retail, retail, retail services, and residential uses in multi- story and mixed-use projects that are characteristic of transit-oriented developments.” It should be noted that the Comprehensive Plan allows the Zoning Code to “permit public and institutional uses on sites not so designated by this plan” as it does within the TODD (PI) zoning district. (Id.) Furthermore, within TODD “[p]ermitted heights and intensities shall be set forth in the [Zoning Code], including design standards. (Id.) We note above our belief in the Project’s compliance with the height and intensity set forth in the Zoning Code. As we detail further in question 3 below, a text amendment to § 20-8.17, Regulating Plan Graphics, will be necessary to establish the design standards for TODD (PI). Lastly, we note the Project supports the TODD policy that the “City shall pursue incentive programs for redevelopment including higher densities, flexible building heights and design standards to ensure that responsible, effective and aesthetically pleasing projects result.” FLU Policy 1.1.1, Comp. Plan.) SCENARIO 2 (RFP DESCRIBED CONDITIONS) Under the RFP conditions (Land Use: Public and Institutional; Zoning: Public/Institutional) – the Project Site would require a rezoning to TODD-PI and a small-scale map amendment to the TODD land use designation for the Project to be consistent with the City’s Comprehensive Plan and Zoning Code. Once the Project Site is designated TODD and rezoned to TODD-PI, the Project Improvements fully comply with the City’s Comprehensive Plan and Zoning Code as explained in “Scenario 1” above. 181 BASS LAW 22 MASTER DEVELOPMENT PLAN 1.7.2.B.2-3 Planning and Site Plan Approach FLUM Amendment (Small Scale) To achieve regulatory uniformity throughout the Project Site and to authorize all the proposed uses throughout the entire Project Site, we propose a small scale FLUM Amendment to designate the following portions of the Project Site as TODD: (i) the Jean Willis Park parcel and (ii) the portion of the Town Hall Parcel currently designated Parks and Open Space. 1.7.2-B.3 | Zoning Compliance Approach Continued 3. A description of the entitlements (including but not limited to zoning approvals, subdivision approvals, environmental permitting, releases, building permitting and any significant operating licenses) required by the proposed Project, how the Proposer will pursue said entitlements, and a timeline for obtaining said entitlements. Because the actual Project Site land use and zoning differs from the representations within the RFP, we outline below two different entitlement scenarios. In the first scenario, we lay out the entitlement process based on the Project Site’s actual existing land use and zoning conditions. In the second scenario, we outline the entitlement process for the Project based on the land use and zoning descriptions contained within the RFP. At the outset, we think it is important to note that it is our belief that the successful integration of new development into a community requires robust public outreach. This is true in both scenarios At the outset, we think it is important to note that it is our belief that the successful integration of new development into a community requires robust public outreach. This is true in both scenarios that we outline below. As such, we propose an integrated public outreach and community engagement plan throughout the entitlement process that includes: (i) four community meetings held at different locations within the City to explain the design and development plan to the community; (ii) a dedicated website that illustrates the development plan and provides news and updates on the development process; (iii) a mail campaign designed to reach the community and provide the community with updates; and (iv) an email campaign designed to provide development updates via email for those residents who request or subscribe to it. SCENARIO 1 (ACTUAL EXISTING CONDITIONS) Rezoning We propose rezoning the Jean Willis Park parcel to TODD-PI. This accomplishes two objectives: (i) it ensures that the Project Site is uniformly zoned with one zoning district and (ii) permits all uses anticipated within the Project Improvements to occur throughout the Project Site. (See § 20-3.3(D), City Code.) 1. Existing Official Zoning Map 2. Proposed Official Zoning Map 1. Existing Future Land Use Map 2. Proposed Future Land Use Map 182 7171 7171 'I, 6075 6075 "' /Ii 6101 -----, ~ I 7430 n 7410 7430 SW7 BASS LAW 23 MASTER DEVELOPMENT PLAN 1.7.2.B.2-3 Planning and Site Plan Approach Zoning Code Text Amendment The TODD (PI) zoning regulations allow for tremendous flexibility in density, intensity, height, and uses. For this reason, we presently do not anticipate the need for extensive amendments to the City’s Zoning Code to permit the proposed Project Improvements. That said, at a minimum, an amendment to § 20-8.17, Regulating Plan Graphics will be necessary to reflect the rezoning of the Jean Willis Park parcel to TODD-PI and to establish regulating plan graphics for “Buildings and Their Placements” and “Heights and Uses”. During the development and entitlement process additional minor text amendments or clarifications may be needed. Large-Scale Development Special Exception Approval Under the TODD regulations, the Project would require a Large-Scale Development Special Exception approval by the City Commission. Development Agreement Approval As part of the Large-Scale Development Special Exception approval process, the Project will require the negotiation and execution of a development agreement with the City. Certificate of Appropriateness Any alterations, restorations, and/or renovations to the historic Sylva Martin building will require Certificate of Appropriateness review and approval by the City’s Historic Preservation Board. Site Plan Approval Site plan approval will be necessary prior to the issuance of building permits for any of the Project Improvements. SCENARIO 2 (RFP DESCRIBED CONDITIONS) Rezoning As outlined above in Scenario 1, the TODD (PI) zoning regulations allow for the flexibility in density, intensity, height, and uses necessary to construct the Project Improvements. As such, we propose rezoning the entire Project Site from Public/Institutional to TODD-PI. FLUM Amendment (Small Scale) As outlined above in Scenario 1, the TODD land use designation authorizes all the proposed uses throughout the entire Project Site. As such, we propose a small scale FLUM amendment to redesignate the entire Project Site to TODD (from Public and Institutional). Large-Scale Development Special Exception Approval Under the TODD regulations, the Project would require a Large-Scale Development Special Exception approval by the City Commission. Large-Scale Development Special Exception Approval Under the TODD regulations, the Project would require a Large-Scale Development Special Exception approval by the City Commission. Development Agreement Approval As part of the Large-Scale Development Special Exception approval process, the Project will require the negotiation and execution of a development agreement with the City. Zoning Code Text Amendment As explained above in Scenario 1, the TODD (PI) zoning regulations allow for tremendous flexibility in density, intensity, height, and uses. For this reason, we presently do not anticipate the need for extensive amendments to the City’s Zoning Code to permit the proposed Project Improvements. That said, at a minimum, an amendment to § 20-8.17, Regulating Plan Graphics will be necessary to reflect the rezoning of the Jean Willis Park parcel to TODD-PI and to establish regulating plan graphics for “Buildings and Their Placements” and “Heights and Uses”. During the development and entitlement process additional minor text amendments or clarifications may be needed. Certificate of Appropriateness Any alterations, restorations, and renovations to the historic Sylva Martin building will require Certificate of Appropriateness review and approval by the City’s Historic Preservation Board. Site Plan Approval Site plan approval will be necessary prior to the issuance of building permits for any of the Project Improvements. Timeline We would anticipate a timeline of nine (9) to twelve (12) months to obtain all necessary zoning and land use approvals from the City. 183 BASS LAW 24 MASTER DEVELOPMENT PLAN 1.7.2.B.4 Planning and Site Plan Approach 1.7.2-B.4 | Project Table PHASE I LEVELS # Units Apartment (SF)** Garage # Spaces Garage Area (SF) Ground Level 7 5,545 35 17,375 8,195 15,000 25,000 30,000 2,053 3,996 5,430 112,594 2nd Level 20 17,014 62 20,530 2,820 238 40,602 3rd Level 20 17,014 62 20,530 2,820 238 40,602 4th Level 20 17,014 62 20,530 2,820 238 40,602 5th Level 20 17,014 62 20,530 2,820 238 40,602 6th to 7th Level 40 34,028 77 25,459 5,641 475 65,603 8th Level 18 17,014 3,006 8,043 238 28,301 9th Level 23 20,391 3,272 238 23,900 10th to 15th Level 167 152,514 19,845 1,425 173,784 TOTAL 335 297,548 360 124,955 8,195 15,000 25,000 30,000 45,099 3,996 8,043 8,755 488,396 AREAS | PHASE I COMMERCIAL (SF) LIBRARY (SF)POLICE (SF)CITY DEPT (SF) COMMON AREA/ CIRCULATION (SF) LOBBY/ MAIL/ LEASING/ SUPPORT (SF) AMENITY (SF) B.O.H. & LOADING (SF) FLOOR TOTAL (SF) **** IINNCCLLUUDDEESS AA MMIINNIIMMUUMM OOFF 1100%% WWOORRKKFFOORRCCEE HHOOUUSSIINNGG RESIDENTIAL PARKING * GRAND TOTAL: ** DDOOEESS NNOOTT IINNCCLLUUDDEE PPOOOOLL DDEECCKK,, BBAALLCCOONNIIEESS,, OORR RROOOOFF AARREEAASS 184 25 MASTER DEVELOPMENT PLAN 1.7.2.B.4 Planning and Site Plan Approach LEVELS # Units Apartment (SF)** Garage # Spaces Garage Area (SF) Ground Level 6 2,058 40 19,200 19,651 000 2,995 4,053 5,161 53,118 2nd Level 17 15,334 96 29,845 2,248 104 47,531 3rd Level 17 15,334 96 29,845 2,248 104 47,531 4th Level 17 15,334 96 29,845 2,248 104 47,531 5th Level 17 15,334 96 29,845 2,248 104 47,531 6th to 7th Level 34 30,668 126 39,955 4,496 208 75,327 8th Level 23 19,708 3,118 9,767 32,593 9th Level 25 21,489 3,174 24,663 10th to 15th Level 179 154,950 19,044 1,489 175,484 TOTAL 335 284,209 550 178,535 19,651 41,819 4,053 9,767 7,275 525,658 AREAS | PHASE II COMMERCIAL (SF) LIBRARY (SF)POLICE (SF)CITY DEPT (SF) COMMON AREA/ CIRCULATION (SF) LOBBY/ MAIL/ LEASING/ SUPPORT (SF) AMENITY (SF) B.O.H. & LOADING (SF) FLOOR TOTAL (SF) **** IINNCCLLUUDDEESS AA MMIINNIIMMUUMM OOFF 1100%% WWOORRKKFFOORRCCEE HHOOUUSSIINNGG RESIDENTIAL PARKING * GRAND TOTAL: ** DDOOEESS NNOOTT IINNCCLLUUDDEE PPOOOOLL DDEECCKK,, BBAALLCCOONNIIEESS,, OORR RROOOOFF AARREEAASS 1.7.2-B.4 | Project Table PHASE II 185 26 MASTER DEVELOPMENT PLAN 1.7.2.B.4 Planning and Site Plan Approach LEVELS # Units Apartment (SF)** Garage # Spaces Garage Area (SF) Ground Level 13 7,603 75 36,575 27,846 15,000 25,000 30,000 5,048 8,049 10,592 165,712 2nd Level 37 32,348 158 50,375 5,068 342 88,133 3rd Level 37 32,348 158 50,375 5,068 342 88,133 4th Level 37 32,348 158 50,375 5,068 342 88,133 5th Level 37 32,348 158 50,375 5,068 342 88,133 6th to 7th Level 74 64,696 203 65,414 10,137 683 140,930 8th Level 41 36,722 6,125 17,810 238 60,894 9th Level 48 41,880 6,446 238 48,563 10th to 15th Level 346 307,464 38,890 2,914 349,268 TOTAL 670 587,757 910 303,490 27,846 15,000 25,000 30,000 86,918 8,049 17,810 16,031 1,020,054 **** IINNCCLLUUDDEESS AA MMIINNIIMMUUMM OOFF 1100%% WWOORRKKFFOORRCCEE HHOOUUSSIINNGG ** DDOOEESS NNOOTT IINNCCLLUUDDEE PPOOOOLL DDEECCKK,, BBAALLCCOONNIIEESS,, OORR RROOOOFF AARREEAASS AMENITY (SF) B.O.H. & LOADING (SF) AREAS | OVERALL * GRAND TOTAL: COMMON AREA/ CIRCULATION (SF) LOBBY/ MAIL/ LEASING/ SUPPORT (SF) CITY DEPT (SF)POLICE (SF)LIBRARY (SF) FLOOR TOTAL (SF) COMMERCIAL (SF) PARKINGRESIDENTIAL 1.7.2-B.4 | Project Table OVERALL 186 27 MASTER DEVELOPMENT PLAN 1.7.2.B.5 Planning and Site Plan Approach 1.7.2-B.5 | Proposed Civic Improvements • A | City Hall 30,000 SF • B | Police Station 25,000 SF • C | Miami - Dade Library 15,000 SF • D | Jean Willis Park 27,500 SF • E | Dog Park 2,000 SF • F | Playground 2,000 SF • G | Active Retail Plazas 3,000 SF • H | Civic Plaza 5,000 SF • I | Residences & Pkng. Phase I 482,000 SF • J | Residences & Pkng. Phase II 525,000 SF REFERENCES 1.PHASE I , FIVE STORY CIVIC BLDNG. 70,000 SQ.FT. 2.PHASE IA, 15th STORY MULTIFAMILY 330 D.U.. 3.PHASE II, 15TH STORY MULTIFAMILY 330 D.U. 4.7 STORY PARKING GARAGE 540 PARKING STALLS. 5.7 STORY PARKING GARAGE 340 PARKING STALLS. 6 . ROOF TOP AMENITIES /POOL DECK. 7.HISTORIC BLDG. TO REMAIN. 8.PUBLIC PLAZA. 9.DOG PARK 10.PLAYGROUND. 1 17 SITE PLAN 2 3 4 5 6 6 7 8 9 10 SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEEA B C D E F I J G H 187 ------·-----------~, I I I I I I I I I I \ ' ' ' ' ' , , I ( \ ' .. , I I , .. I I I I I I I I ,, 28 MASTER DEVELOPMENT PLAN 1.7.2.B.6 Planning and Site Plan Approach 1.7.2-B.6 | Description of Civic Component • A | City Hall 30,000 SF • B | Police Station 25,000 SF • C | Miami - Dade Library 15,000 SF Our proposal features a state-of-the-art civic building that will serve as the front door of the South Miami City Hall Redevelopment Project. This five-story building will house the City Hall, Police Station, and Public Library, enhancing the urban landscape with its strategic location along Sunset Drive with an upgraded streetscape. The building's architecture will celebrate South Miami's identity as the "City of Pleasant Living," reflecting the city's commitment to excellence, safety, and community engagement. The ground floor will host the library with a grand entrance lobby for City Hall and the Police Station, ensuring easy access and a welcoming atmosphere. The design includes an open center, creating an inviting portal that draws the public through the building to Jean Willis Park, fostering a sense of community and connectivity. These modern and efficient facilities will become the cornerstone of South Miami's civic infrastructure, providing essential services to the community in a seamless and accessible manner. The Civic structure will be connected to the garage to provide the required parking. REFERENCES 1.PHASE I , FIVE STORY CIVIC BLDNG. 70,000 SQ.FT. 2.PHASE IA, 15th STORY MULTIFAMILY 330 D.U.. 3.PHASE II, 15TH STORY MULTIFAMILY 330 D.U. 4.7 STORY PARKING GARAGE 540 PARKING STALLS. 5.7 STORY PARKING GARAGE 340 PARKING STALLS. 6 . ROOF TOP AMENITIES /POOL DECK. 7.HISTORIC BLDG. TO REMAIN. 8.PUBLIC PLAZA. 9.DOG PARK 10.PLAYGROUND. 1 17 SITE PLAN 2 3 4 5 6 6 7 8 9 10 SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEEA B C Aventura Government Center Public Library Activated Historic Building Reference Images 188 29 MASTER DEVELOPMENT PLAN 1.7.2.B.6 Planning and Site Plan Approach 1.7.2-B.6 | Description of Public Areas • D | Jean Willis Park 27,500 SF • E | Dog Park 2,000 SF • F | Playground 2,000 SF • G | Active Retail Plaza 3,000 SF • H | Civic Plaza 5,000 SF The Project is centered around the newly upgraded Jean Willis Park, designed to be a vibrant and accessible public space. This park will feature lush landscaping, a variety of seating areas, and thoughtfully designed hardscape components, creating a welcoming environment for all visitors. The park's strategic location ensures connectivity to the Underline and Sunset Drive, making it a permeable space that attracts pedestrians from multiple directions. Surrounded by active retail uses and civic facilities, Jean Willis Park will serve as the anchor for the entire project. The southernmost corner will feature a dog park, while a children's playground area will be situated just off the Underline, creating a destination for families and an active connection between the Underline and the park. A civic plaza fronting along Sunset Drive will provide open sightlines to the new City Hall facility, enhancing the civic architecture and emphasizing the public nature of the space. On the west side of Jean Willis Park, a retail plaza will be developed with inviting landscaping and upgraded hardscape elements. This comprehensive design ensures that the public areas of the project are vibrant, accessible, and integral to the overall community, fostering a sense of place and engagement for all who visit. REFERENCES 1.PHASE I , FIVE STORY CIVIC BLDNG. 70,000 SQ.FT. 2.PHASE IA, 15th STORY MULTIFAMILY 330 D.U.. 3.PHASE II, 15TH STORY MULTIFAMILY 330 D.U. 4.7 STORY PARKING GARAGE 540 PARKING STALLS. 5.7 STORY PARKING GARAGE 340 PARKING STALLS. 6 . ROOF TOP AMENITIES /POOL DECK. 7.HISTORIC BLDG. TO REMAIN. 8.PUBLIC PLAZA. 9.DOG PARK 10.PLAYGROUND. 1 17 SITE PLAN 2 3 4 5 6 6 7 8 9 10 SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEED E F G Jean Willis Park City Place West Palm Town Center Design Reference Images H 189 I -------~----------....... , I I ·-------.. D I I I I I I I \ ' ' ' ' ' , , I ( \ ' \ ', I I --, I I I I I I I I ,, _, ,--- 30 MASTER DEVELOPMENT PLAN 1.7.2.B.6 Planning and Site Plan Approach 1.7.2-B.6 | Description of Developer Improvements • I | Residences & Pkng. Phase I 482,000 SF • J | Residences & Pkng. Phase II 525,000 SF Phase 1 of the redevelopment project will feature a 15-story residential building comprising 335 units, with 10% designated as Workforce Housing. This building will also include 8,000 SF of retail space on the ground floor, activating the western edge of Jean Willis Park. This phase will be constructed on the current location of the park and the surface parking area south of the Police Station, ensuring continuity of operations for City Hall, the Police Station, and the Library. Once the new Civic building is complete and operational, Phase 2 will commence with the replacement of the old Police Station, City Hall, and Library with a second 15-story residential building, also containing 335 units with 10% Workforce Housing. This phase will include a combined 20,000 square feet of retail space on the ground floor of the residential building and garage. The retail space will create a connected retail promenade running diagonally from Sunset Drive southwestward, providing an active eastern edge to the Civic plaza and Jean Willis Park, and enhancing connectivity towards the South Miami Metrorail Station. These developer improvements are designed to enhance the urban fabric of South Miami, fostering a vibrant, mixed-use community that promotes active street life and connectivity. The residential buildings and retail spaces will not only provide high-quality housing and amenities but will also contribute to the economic vitality and livability of the area. The plan provides for a total of 670 units at 150 units per acre, combined with the Civic Improvements, active retail, and public open spaces, creating a mix of compatible uses, which maximizes the profitability of the Project to its highest and best use. REFERENCES 1.PHASE I , FIVE STORY CIVIC BLDNG. 70,000 SQ.FT. 2.PHASE IA, 15th STORY MULTIFAMILY 330 D.U.. 3.PHASE II, 15TH STORY MULTIFAMILY 330 D.U. 4.7 STORY PARKING GARAGE 540 PARKING STALLS. 5.7 STORY PARKING GARAGE 340 PARKING STALLS. 6 . ROOF TOP AMENITIES /POOL DECK. 7.HISTORIC BLDG. TO REMAIN. 8.PUBLIC PLAZA. 9.DOG PARK 10.PLAYGROUND. 1 17 SITE PLAN 2 3 4 5 6 6 7 8 9 10 SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEEI J The Boulevard 57, Miami The Boulevard 57, Miami Reference Images 190 □ " •' ', ' ; ,, ; I /' ,,, /4 , 31 MASTER DEVELOPMENT PLAN 1.7.2.B.7 Planning and Site Plan Approach Dear Mr. Kulick: We are honored to be included as the Preservation Architect on the 13th Floor Investment’s Team in response to this RFP, and to guide the preservation of the historic Sylva Martin Building. For 37 years, R.J. Heisenbottle Architects, PA has been a distinguished firm in historic preservation in Florida and nationally. Our firm’s leadership has been instrumental in numerous restoration and rehabilitation projects for locally and nationally designated properties. This extensive experience, enhanced by our deep understanding of historic preservation projects and the ability to navigate local, state, and federal laws and regulations, uniquely positions us to provide professional architectural and historic preservation consulting services for the City of South Miami City Hall Redevelopment Project. 13th Floor Investments proposes a comprehensive plan for the historic Sylva Martin Building that involves preserving the building in its existing location and preparing detailed plans for an exciting new use. Retaining the building in place protects it from potential damage during the relocation process and places it at the heart of the proposed new development. The building will be the focal point of the public plaza and will once again be used by the community as a public gathering place. Part of the vision is to make Jean Willis Park and the Sylva Martin Building the main common and green space for the new development, thereby ensuring that the building's historical significance and context are preserved for future generations. Our firm benefits the team and the City of South Miami by understanding the project's historic preservation needs. We have also been in touch with the Florida Department of State, Division of Historic Resources and have already obtained several historic resources. This information has allowed us to contribute thoughtfully to this proposal. Originally known as "The Community House," the Sylva Martin Building is a one-story Masonry Vernacular structure located in the heart of South Miami. According to city historians, South Miami’s City Council passed ordinance number 72, dedicating land to a community center, early in 1935. The Council sought assistance from the federal government under President Franklin D. Roosevelt’s New Deal Works Progress Administration (WPA) for the center's construction and appropriated $2,350. Their efforts were successful, and the cornerstone was laid on August 20, 1935. The Community House was formally opened on February 3, 1936, to serve South Miami’s 1,160 residents. The government constructed the building using local materials such as oolitic limestone and Dade County Pine. It was embellished with bas-reliefs designed and cast by local artist Joan van Breeman. The Community House, set in shady grounds, was the center of civic life in South Miami. The building had an auditorium, stage, dressing rooms, kitchen, and bathrooms. It was dedicated in 1979 to long-time City Clerk Sylva Martin. The building is an excellent example of a Depression-era Works Progress Administration project. While the building underwent renovations in 1979, including a rear addition to transform it into a modern city hall, the overall historic character of the building is still present. The Sylva Martin Building is architecturally noteworthy for its use of native oolitic limestone and adaptability to the warm Miami climate through a deep, covered porch. In planning to reuse the Sylva Martin Building, RJHA will begin by conducting thorough historical research and assessing the building’s existing conditions. This research will uncover assets like original drawings and photos, helping the team understand the building's historic significance and make informed design decisions for its preservation. This research and a written description of the building’s existing conditions will be compiled into a comprehensive Existing Conditions Assessment and Recommendations Report. The scope of work resulting from the Assessment will form the basis for the construction documents for the building’s preservation and reuse. 7/18/2023 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive 191 R . HEISEN'BOTTLE A R C H l T E C T S 32 MASTER DEVELOPMENT PLAN 1.7.2.B.7 Planning and Site Plan Approach 13th Floor Investments also understands that the decision to keep the Sylva Martin Building at the heart of the development project creates a situation where the new development may obscure and overshadow the building's original sightlines and context. Should the City of South Miami have reservations about the proposed plan, 13th Floor Investments is amenable to working with the City of South Miami to develop the best solution for the Sylva Martin Building. Should a change in project direction occur and a decision be made to relocate the Sylva Martin Building, RJHA also has the necessary experience moving historic structures like the Miami Dade Military Museum and the First Miami High School. Moving a historic building is a delicate operation requiring careful planning, research, documentation, and field studies, including new site selection and orientation. Choosing a moving contractor early in the project to select the best relocation procedure, plan the route, and obtain appropriate permits. Moving historic buildings in the City of South Miami requires a Certificate of Appropriateness (COA) from the Historic Preservation Board. The local ordinance allows for the relocation of historic buildings, but the level of documentation required as part of the COA process is unclear. Generally, the applicant should be prepared to provide “(1) the reason for the move, (2) the effect on the property’s historical integrity, (3) the new setting and general environment of the proposed site, including evidence that the proposed site does not possess historical or archaeological significance that would be adversely affected by the intrusion of the property, and (4) photographs showing the proposed location”. Should it become necessary to go this route, RJHA recommends coordinating this application process with the Historic Preservation Planner as early as possible to understand all requirements as part of the COA process. Starting the COA process as early as possible and obtaining the COA is a critical step in the overall project schedule. Specific code requirements apply to relocated buildings under the 2023 Florida Building Code (FBC), Existing Building, and Building, 7th Edition. The FBC requires that relocated buildings be brought up to the current code, including complying with foundation requirements and hurricane wind loads. It is recommended that a code study be conducted to understand what building modifications will be required and the resulting impacts on the historic building, if any. We appreciate your consideration of our team’s proposal. We look forward to working with the City of South Miami to determine the best possible plan for this new development and to ensure that the city’s historic “community house” once again becomes the city's social hub, enjoyed for years to come. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, P.A. Richard J. Heisenbottle, FAIA President 7/18/2023 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive 192 I ' . .j. HEISENBOTTLiE A.RCH IITEC IS., P.A. IRiichard J Digfrtalllysiigned by IIRichard ..I Hlleisen bonlle IHI e i se,n .bottle Date· 2024.07.17 113:1111 :40 =04,ioo · Rich .: rd J. Hei·senbotde·, ~AIIA President R HEISENBOTTLE A R C H I T E C T S 193 34 MASTER DEVELOPMENT PLAN 1.7.2.B.8 Planning and Site Plan Approach Confirmation of Workforce Housing Allocation We are pleased to confirm that our proposal includes the identification of 10% of the residential component as workforce housing, in compliance with the requirements set forth. Our unit mix and workforce housing allocation are as follows: Unit Mix: Studios: 10% 1-Bedroom Units: 35% 2-Bedroom Units: 50% 3-Bedroom Units: 15% Workforce Housing Allocation: Studios: 7 units (10% of 67 workforce units) 1-Bedroom Units: 23 units (35% of 67 workforce units) 2-Bedroom Units: 34 units (50% of 67 workforce units) 3-Bedroom Units: 10 units (15% of 67 workforce units) We are fully aware of the 120% Area Median Income (AMI) limit and have ensured that the workforce housing units comply with the following rental rates as set forth for 2024: Studios: $2,385 per month 1-Bedroom Units: $2,554 per month 2-Bedroom Units: $3,063 per month 3-Bedroom Units: $3,541 per month Please note: These rental rates will be adjusted annually in accordance with the updated AMI limits to ensure continued affordability for eligible residents. To further support the workforce housing initiative, we are proposing a program that prioritizes City employees by waiving all upfront fees such as application fees, amenity fees, and other associated costs. This will make it more accessible for City employees to reside within the community. The South Miami Hometown Hero initiative aims to provide affordable housing options to essential workers such as teachers, firefighters, police officers, and healthcare workers. This initiative recognizes the invaluable contributions of these individuals and seeks to offer them affordable and high-quality housing options within the community they serve. By prioritizing these heroes for workforce housing units, we ensure that they can live close to their workplace, thereby enhancing their quality of life and contributing to the overall well-being of the community. Our proposed structure prioritizes rental by City employees for the workforce units through the waiver of upfront fees, aligning with the Hometown Hero housing initiative. The workforce housing units will be distributed among the unit types in equal proportion to the overall unit mix of the development, ensuring a balanced and equitable allocation. 194 35 MASTER DEVELOPMENT PLAN 1.7.2.C.1 Public Areas Approach 1.7.2-C.1 | Plan for Public Areas • A JEAN WILLIS PARK RELOCATION | Location, Design, Amenities Our proposal includes the relocation of Jean Willis Park to a prime location at the center of the project and adjacent to Miami-Dade County's “The Underline” park. This new location will enhance the connectivity and accessibility of both parks, creating a seamless green corridor that promotes walkability and community engagement. 1. Lush Landscaping: The park will be adorned with abundant and diverse plantings, including native trees, shrubs, and flowers to create a vibrant and welcoming environment. The landscaping will be designed to provide shade, reduce heat, and be aesthetically pleasing. 2. Seating Areas: Thoughtfully placed seating areas will offer comfortable spots for relaxation and socializing. These areas will be strategically positioned to maximize views and enjoyment of the park's natural beauty. 3. Hardscape Components: The park will include well-designed hardscape elements such as pathways, plazas, and gathering spaces. These components will be crafted from sustainable materials and designed to complement the natural landscape. 4. Connection to The Underline and Sunset Drive: Jean Willis Park will be seamlessly connected to both The Underline and Sunset Drive, creating an accessible public space that draws pedestrians from multiple directions. This connectivity will foster a sense of community and encourage active use. 5. Active Retail Uses: Surrounding the park, active retail spaces will provide amenities such as cafes, shops, fitness, and kiosks, enhancing the park's appeal and creating a lively atmosphere. 6. Dog Park and Children's Playground: The southernmost corner of the Project will feature a dedicated dog park. A children's playground will be situated just off The Underline, creating a destination for families and promoting intergenerational engagement as well as providing an active connection between Jean Willis Park and The Underline. 7. Civic Plaza: A civic plaza fronting Sunset Drive will offer open sightlines to the new City Hall facility, enhancing the civic architecture and providing a versatile space for public events and gatherings. 8. Retail Plaza: On the west side of Jean Willis Park, a retail plaza with inviting lush landscape and upgraded hardscape elements will further enhance and activate the public experience. 9. Sylva Martin Building: The historic Sylva Martin Building will be reimagined in its current location to serve as the focal point of the new Jean Willis Park. The building will be rejuvenated and repurposed to serve as an integral component of the park. In its new role as a community gathering space that serves food and beverages will activate the park and honor the building's historical significance. The Sylva Martin building will be visible through an open portal in the Civic building, creating a clear line of site from Sunset Drive to the building and drawing in pedestrians from the street to Jean Willis Park. 195 36 MASTER DEVELOPMENT PLAN 1.7.2.C.1 Public Areas Approach 1.7.2-C.1 | Plan for Public Areas • A JEAN WILLIS PARK RELOCATION | Tree Protection and Relocation Our design prioritizes the preservation and protection of the existing tree canopy, reflecting the City's commitment to maintaining its green spaces. Key strategies include: 1. Tree Inventory and Assessment: We will conduct a comprehensive inventory and assessment of all existing trees on the current Jean Willis Park site. This will help us identify which trees can be preserved in place, which need to be relocated, and which might require replacement. 2. Tree Relocation: Where feasible, mature trees will be carefully relocated to the new park site. This process will be managed by certified arborists to ensure the health and survival of the relocated trees. 3. Tree Protection Measures: During construction, we will implement stringent tree protection measures, including the installation of barriers and fencing around preserved trees, to prevent damage from construction activities. 4. Replacement Planting: For any trees that cannot be relocated, we will implement a replacement planting program. This program will prioritize the use of native species and aim to enhance the overall tree canopy coverage of the new park site. 5. Ongoing Maintenance: Post-relocation, we will establish a maintenance plan to ensure the health and growth of the newly planted and relocated trees. This plan will include regular watering, mulching, pruning, and monitoring for pests and diseases. By thoughtfully integrating these elements, the relocated Jean Willis Park will not only preserve the existing canopy but also enhance the urban landscape, providing a beautiful, functional, and sustainable public space for the South Miami community. 196 37 MASTER DEVELOPMENT PLAN 1.7.2.C.1 Public Areas Approach 1.7.2-C.1 | Plan for Public Areas • B PEDESTRIAN INTERCONNECTIVITY Our proposal enhances pedestrian interconnectivity by incorporating multiple direct pathways from the project to Sunset Drive, the City’s Town Center, retail areas west of US1, and the South Miami Metrorail Station. The project also connects directly to The Underline, creating a seamless and accessible urban environment. Key features include: 1. Promenade and Pathways: A beautifully designed promenade and thoughtfully planned pathways provide direct, aesthetically pleasing access to the Metrorail and Bus station and the City’s Town Center, encouraging foot traffic and reducing vehicle reliance. 2. Transit-Oriented Design: Meticulously planned building orientations ensure clear sightlines and easy access to Sunset Drive, US1, the Metrorail Station, and the Underline. Strategically located mixed-use elements along walkways, such as retail spaces and public amenities, will create vibrant pedestrian experiences. 3. Upgraded Streetscapes: Sunset Drive will feature widened sidewalks, improved lighting, and enhanced landscaping, making it more pedestrian- friendly. Integrated bike paths and micro-mobility options, such as scooter docks, promote sustainable transportation. A B D C E 197 Ill ::, z Ill ~- c z N "° ! SW 72ND STREET : . . . . . . . . . ~ ~ 16 .. .. .. .. • •••••• . . -:~ ; ••• .. •;• ; ; .. ·:· ; ; .. ·. ; .; • ,# ; . ~; .. · /; ~ ~ "" .. · .. .. .. .. .. .. .. .. ... .. 38 MASTER DEVELOPMENT PLAN 1.7.2.C.1 Public Areas Approach A D C E 4. Public Spaces and Amenities: The redesigned Jean Willis Park will serve as a central hub, with pedestrian connections extending to the transit station and Town Center. Active retail fronts and inviting public spaces will encourage community engagement. 5. Connectivity Enhancements: A civic plaza along Sunset Drive will offer open sightlines to the new City Hall, enhancing civic architecture and creating a welcoming gateway. The west side of Jean Willis Park will feature a retail plaza with lush landscaping and upgraded hardscape elements, further activating the public realm and encouraging pedestrian movement. By implementing these enhancements, our project significantly improves pedestrian interconnectivity, making it easier and more enjoyable for residents and visitors to move between public transit, the City’s Town Center, and other key destinations within the development. 1.7.2-C.1 | Plan for Public Areas • B PEDESTRIAN INTERCONNECTIVITY (CONTINUED) B 198 Ill ::, z Ill ~- c z N "° ! SW 72ND STREET : . . . . . . . . . ~ ~ 16 .. .. .. .. • •••••• . . -:~ ; ••• .. •;• ; ; .. ·:· ; ; .. ·. ; .; • ,# ; . ~; .. · /; ~ ~ "" .. · .. .. .. .. .. .. .. .. ... .. 39 MASTER DEVELOPMENT PLAN 1.7.2.C.1 Public Areas Approach 1.7.2-C.1 | Plan for Public Areas • C PLACE MAKING ENHANCEMENTS TO RIGHT-OF-WAY Our placemaking enhancements to rights-of-way include the addition of extensive green spaces, interactive public art, and social interaction areas. These enhancements are designed to align with the City’s existing placemaking efforts, incorporating aesthetically pleasing landscaping, modern street furniture, and ambient lighting. While consistent with the City’s vision, we also introduce sustainable materials and smart-city technology to further elevate the pedestrian experience and encourage community interaction. A D C E B 199 Ill ::, z Ill ~- c z N "° ! SW 72ND STREET : . . . . . . . . . ~ ~ 16 .. .. .. .. • •••••• . . -:~ ; ••• .. •;• ; ; .. ·:· ; ; .. ·. ; .; • ,# ; . ~; .. · /; ~ ~ "" .. · .. .. .. .. .. .. .. .. ... .. 40 MASTER DEVELOPMENT PLAN 1.7.2.C.1 Public Areas Approach 1.7.2-C.1 | Plan for Public Areas • D OTHER PUBLIC AMENITIES Our proposal includes several public amenities designed to enhance community life and support sustainable transportation: 1. Plazas and Paseos: Open spaces for community gatherings and events, featuring comfortable seating and shade structures. 2. Public Art: Collaboration with Art in Public Places on installations from local artists to beautify the environment and celebrate community culture and heritage. 3. Bicycle Storage and Supporting Services: Ample bicycle racks and micro-mobility options to promote cycling and other sustainable transport modes. 4. Required Infrastructure: Enhancements to utilities and services to ensure the sustainability and resilience of the area. 5. Dog Park: A dedicated area for pets to play and socialize, enhancing the Project's appeal to pet owners and promoting community interaction. 6. Children's Playground: A well-designed playground situated just off The Underline and flanked by active retail. The playground provides a safe and engaging space for children to play and families to gather and as well as a connective element between the Underline and Jean Willis Park. These amenities are carefully integrated into the project to create a vibrant, accessible, and sustainable community space that meets the diverse needs of South Miami's residents. A D C E B 200 Ill ::, z Ill ~- c z N "° ! SW 72ND STREET : . . . . . . . . . ~ ~ 16 .. .. .. .. • •••••• . . -:~ ; ••• .. •;• ; ; .. ·:· ; ; .. ·. ; .; • ,# ; . ~; .. · /; ~ ~ "" .. · .. .. .. .. .. .. .. .. ... .. 41 MASTER DEVELOPMENT PLAN 1.7.2.C.1 Public Areas Approach 1.7.2-C.1 | Plan for Public Areas • E RELATIONSHIP TO SUNSET DRIVE AND UNDERLINE The site design integrates seamlessly with access and orientation towards both Sunset Drive and the Underline Project, promoting a cohesive urban fabric. Along Sunset Drive, we introduce landscape buffers, improved sidewalks, and active Civic and retail fronts to enhance aesthetics and accessibility. The connection to the Underline is designed to extend the development’s reach, providing direct access to trails and paths that encourage pedestrian flow and recreational activities. This integration ensures that the development supports and enhances the broader urban renewal efforts led by the City, creating a harmonious and vibrant community space. A D C E B 201 Ill ::, z Ill ~- c z N "° ! SW 72ND STREET : . . . . . . . . . ~ ~ 16 .. .. .. .. • •••••• . . -:~ ; ••• .. •;• ; ; .. ·:· ; ; .. ·. ; .; • ,# ; . ~; .. · /; ~ ~ "" .. · .. .. .. .. .. .. .. .. ... .. 42 MASTER DEVELOPMENT PLAN 1.7.2.D.1 Common Area Approach The proposed development will incorporate a comprehensive range of features in the common areas to ensure safety, efficiency, and recreational opportunities. Security systems, including cameras and license plate readers, will be installed to enhance safety and surveillance throughout the site. Impact windows and doors, along with high-efficiency lighting systems, will be utilized to increase energy efficiency and durability. Outdoor recreational elements, such as walking paths, bike paths, playgrounds, and pavilions, will be integrated into the design, with particular attention to creating interconnectivity with the proposed Underline Project. The development will include elevators in all multifamily buildings for accessibility and convenience. Motion sensor exterior lights will be installed to improve security and energy efficiency. Gated parking areas with key fob or card entry, sheltered from the elements, will be provided for residential uses, ensuring secure and convenient access. Additionally, 24/7 staffed security guard houses will be strategically located at resident vehicle entry points to further enhance security. Back-up generators will be included to ensure uninterrupted power supply during emergencies. The design will incorporate the maximum amount of vegetation, trees, and shaded areas feasible, promoting a green and pleasant environment. Waste disposal facilities will be strategically placed and easily accessible to all residents, ensuring proper waste management and sanitation. 202 "-ly ""'"" ,i ~-.' ' ~ ',·' 43 MASTER DEVELOPMENT PLAN 1.7.2.D.2 Common Area Approach 1.7.2-D.2 | Parking Program Parking Program The parking program for the LINK at SOMI development has been meticulously designed to optimize space utilization, minimize capital exposure for the City of South Miami, and ensure the viability of the project. This program leverages the different peak usage times of city operations and residential needs, allowing for an efficient and cost- effective parking solution. Daytime Parking Allocation During the daytime, parking spaces are allocated primarily to the city's operational needs. The parking plan provides spaces for city hall, police, and library staff, alongside designated retail and residential parking. In Phase I, a total of 340 spaces will be available on the structured parking garage and expected to be used as follows: Residential: 134 spaces Retail: 41 spaces City Use - City Hall: 90 spaces City Use - Police: 60 spaces City Use - Library: 15 spaces Post Phase II, the total number of daytime parking spaces will increase to 880, accommodating the expanded needs of both the city and the residential community: Residential: 610 spaces Retail: 105 spaces City Use - City Hall: 90 spaces City Use - Police: 60 spaces City Use - Library: 15 spaces Nighttime Parking Allocation At nighttime, the demand for city operational parking significantly decreases, allowing the same spaces to be utilized by residents. This dual-use strategy ensures that the parking infrastructure is maximally utilized, reducing the need for additional capital expenditure. Density Phase I Phase II Total Residential (Units)335 335 670 Retail (SF)8,195 19,651 27,846 Daytime Parking Phase I (Interim) Phase II (Final) Residential 134 610 Retail 41 105 City Use - City Hall 90 90 City Use - Police Station 60 60 City Use - Library 15 15 Total 340 880 Nighttime Parking Phase I (Interim) Phase II (Final) Residential 298 800 Retail 25 63 City Use - City Hall 9 9 City Use - Police Station 6 6 City Use - Library 2 2 Total 340 880 In Phase I, the nighttime allocation will be: Residential: 299 spaces Retail: 25 spaces City Use - City Hall: 9 spaces City Use - Police: 6 spaces City Use - Library: 1 space Following the completion of Phase II, the nighttime parking capacity will expand to 880 spaces, with the following distribution: Residential: 801 spaces Retail: 63 spaces City Use - City Hall: 9 spaces City Use - Police: 6 spaces City Use - Library: 1 space Rental Program To further streamline the program and support the City's financial sustainability, the City of South Miami will rent parking spaces from the development at the same terms as the residents. This means that the spaces allocated for city use during the day will not be permanently reserved but will be part of a shared pool that residents can use during nighttime hours. This approach ensures flexibility and maximizes the utility of each parking space, aligning with the principles of cost-efficiency and sustainability. Minimizing Capital Exposure The shared parking program is conceived with the primary objective of minimizing capital exposure for the City of South Miami. By implementing a flexible, shared-use parking strategy, the need for additional, dedicated parking facilities is significantly reduced. This not only lowers initial capital outlay but also ensures ongoing operational efficiency, making the program lean and viable. The shared parking model supports a dynamic and responsive infrastructure that adapts to the evolving needs of both the city and its residents, promoting a sustainable and economically prudent approach to urban development. 203 44 MASTER DEVELOPMENT PLAN Architectural Design Approach 1.7.2.E • 1 Architectural Design The architectural design approach is a testament to excellence, creativity, and innovation, fostering a livable and vibrant community. The aesthetically appealing structures feature modern, flowing lines and expansive glass facades, seamlessly integrating with the surrounding street and neighborhood. The design promotes a pedestrian-friendly environment, with wide walkways and lush landscaping encouraging outdoor activity and social interaction. The layout maximizes the use of the project site, incorporating green spaces and public areas that invite residents and visitors to linger and enjoy. Efficient vehicular and pedestrian access is ensured through well-planned pathways and entry points, minimizing conflicts with the existing road network and enhancing overall connectivity. This thoughtful approach not only enhances the visual appeal but also supports a healthy and dynamic urban lifestyle, aligning with the community's vision for a vibrant and walkable neighborhood. 1. 204 • 45 MASTER DEVELOPMENT PLAN 1.7.2.E Architectural Design Approach • 2 Amenities of the Project The proposed architectural design for the City of South Miami integrates a variety of amenities aimed at enhancing the quality of life for residents and the neighboring community. Key features include a ground floor public library (1) and police station (2) within the new proposed City Hall Office Building, and the Sylva Martin Historic Building (3) (which is intended to be activated), ensuring both safety and cultural enrichment. The design includes extensive green spaces such as the relocated and activated Jean Willis Park (15), a dog park (14), and a playground (19), promoting outdoor activities and community interaction. Retail spaces (5) and a pedestrian promenade (6) will create a vibrant, walkable environment, complemented by residential units (8) that offer convenient access to these amenities. Additional elements such as the existing fountain (10), clock tower (11), and seating areas (9) provide aesthetic appeal and relaxation spots. The parking garage (13) and well-planned vehicular access/egress points (18) ensure efficient traffic flow and accessibility, while the underline (16) and proximity to the Metrorail (17) support sustainable transportation options. This thoughtfully designed project promises to be a cornerstone for community engagement and urban living. REFERENCES 1.PUBLIC LIBRARY 2.POLICE STATION 3.SILVIA MARTIN HISTORIC BUILDING 4. LOBBY 5. RETAIL 6.PEDESTRIAN PROMENADE 7.COLONADE 8.RESIDENTIAL UNITS 9.SEATING AREA 10.EXISTING FOUNTAIN 11.EXISTING CLOCK TOWER 12.BACK OF HOUSE 13.PARKING GARAGE 14.DOG PARK 15.JEAN WILLIS PARK 16.UNDERLINE 17.METRORAIL. 18.VEHICULAR ACCESS/EGRESS. 19.PLAYGROUND. 1 2 3 4 4 5 5 5 6 7 78 8 9 19 9 1011 12 12 14 13 1315 15 16 17 18 18 6 6 6 GROUND/SITE PLAN SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEELVIBY REFERENCES 1.PUBLIC LIBRARY 2.POLICE STATION 3.SILVIA MARTIN HISTORIC BUILDING 4. LOBBY 5. RETAIL 6.PEDESTRIAN PROMENADE 7.COLONADE 8.RESIDENTIAL UNITS 9.SEATING AREA 10.EXISTING FOUNTAIN 11.EXISTING CLOCK TOWER 12.BACK OF HOUSE 13.PARKING GARAGE 14.DOG PARK 15.JEAN WILLIS PARK 16.UNDERLINE 17.METRORAIL. 18.VEHICULAR ACCESS/EGRESS. 19.PLAYGROUND. 1 2 3 4 4 5 5 5 6 7 78 8 9 19 9 1011 12 12 14 13 1315 15 16 17 18 18 6 6 6 GROUND/SITE PLAN SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEELVIBY REFERENCES 1.PUBLIC LIBRARY 2.POLICE STATION 3.SILVIA MARTIN HISTORIC BUILDING 4. LOBBY 5. RETAIL 6.PEDESTRIAN PROMENADE 7.COLONADE 8.RESIDENTIAL UNITS 9.SEATING AREA 10.EXISTING FOUNTAIN 11.EXISTING CLOCK TOWER 12.BACK OF HOUSE 13.PARKING GARAGE 14.DOG PARK 15.JEAN WILLIS PARK 16.UNDERLINE 17.METRORAIL. 18.VEHICULAR ACCESS/EGRESS. 19.PLAYGROUND. 1 2 3 4 4 5 5 5 6 7 78 8 9 19 9 1011 12 12 14 13 1315 15 16 17 18 18 6 6 6 GROUND/SITE PLAN SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEELVIBY REFERENCES 1.PUBLIC LIBRARY 2.POLICE STATION 3.SILVIA MARTIN HISTORIC BUILDING 4. LOBBY 5. RETAIL 6.PEDESTRIAN PROMENADE 7.COLONADE 8.RESIDENTIAL UNITS 9.SEATING AREA 10.EXISTING FOUNTAIN 11.EXISTING CLOCK TOWER 12.BACK OF HOUSE 13.PARKING GARAGE 14.DOG PARK 15.JEAN WILLIS PARK 16.UNDERLINE 17.METRORAIL. 18.VEHICULAR ACCESS/EGRESS. 19.PLAYGROUND. 1 2 3 4 4 5 5 5 6 7 78 8 9 19 9 1011 12 12 14 13 1315 15 16 17 18 18 6 6 6 GROUND/SITE PLAN SSWW 7722NNDD SSTTRREEEETT SSWW 6622NNDD AAVVEENNUUEELVIBY 2. 205 • 46 MASTER DEVELOPMENT PLAN Energy Efficiency, Sustainability and Resiliency Our project is committed to achieving exceptional energy efficiency, sustainability, and resiliency by adhering to the highest standards. We will comply with the Florida Green Building Coalition (FGBC) Gold Certification, as specified by the City of South Miami. This ensures that our development not only meets but exceeds the energy-efficient standards mandated by the City’s Land Development Code. Our design incorporates advanced sustainable practices and resilient features to promote long-term environmental stewardship and operational efficiency. Our project design prioritizes energy efficiency, sustainability, and resiliency, meeting and exceeding the requirements of the City’s Land Development Code. Key elements of our approach include: Energy Efficiency 1. Expert Leadership: We have retained Dr. Jennifer Languell, a renowned sustainability expert, to guide our design and construction teams. With over 28 years of experience, Dr. Languell has successfully implemented energy-efficient strategies in numerous projects, including the Babcock Ranch Community, which withstood Hurricane Ian without losing power, water, or internet. 2. Energy Modeling and Performance: Utilizing the Florida Energy Code (FEC) performance-based standards, our goal is to achieve a 20% energy performance improvement over FEC 2023. We will use energy modeling software to optimize the building envelope, mechanical, electrical, and plumbing (MEP) systems, ensuring the proposed building surpasses the baseline reference. 3. Standards and Certifications: Our team recommends using the Florida Green Building Coalition (FGBC) standards, as they ensure superior energy performance and include categories for resilience and durability. FGBC is selected over LEED and NGBS due to its compliance with FEC requirements. 1.7.2.E Architectural Design Approach 3. Sustainability 1. Building Envelope: We will evaluate glazing Solar Heat Gain Coefficients and U-factors, running multiple iterations to balance cost and energy savings. Roofing compliant with the Cool Roof Rating Council will be used to improve efficiency and reduce urban heat islands. 2. Building Systems: Efficient HVAC, lighting, and water heating systems will be implemented, targeting a lighting watt-per-square-foot ratio of ≤ 0.5 W/SF. 3. Water Efficiency: The design will follow the Water Use Efficiency Standards Manual and Florida Friendly Landscape guidelines, ensuring efficient water use indoors and outdoors. 4. Health and Wellness: To optimize indoor air quality, we will focus on daylighting, views, and designing mechanical systems that provide fresh air. We will use low VOC, GreenGuard, or other certified healthy materials. 5. Materials: Efficient use of materials and recycling during construction are key goals. We will also plan for occupant recycling post-construction. Resilience 1. Energy Resilience: We will incorporate multiple energy sources, including grid-tied power with battery backup, photovoltaic panels, and generators, to ensure redundancy and resilience. 2. Water Resilience: Design considerations will include future-proofing for rainwater collection by incorporating necessary piping during construction, an inexpensive yet vital addition for potential alternative water supplies. 3. Durability: Durability drives our material and equipment selection, with features like leak detection systems to mitigate potential failures. By integrating these energy efficiency, sustainability, and resiliency features, our project not only meets but exceeds the City’s standards, ensuring a durable, healthy, and efficient development for the South Miami community 206 • 47 MASTER DEVELOPMENT PLAN Art in Public Places This proposal is fully accounting for having Art in Public Places as part of the public facilities, as contemplated by the City of South Miami regulations. This could take shape within the new footprint of the relocated Jean Willis Park, as well as throughout any of the proposed public facilities and activated plazas. Some examples of how we envision to implement this are illustrated herein. 1.7.2.E Architectural Design Approach 4. 207 • 48 MASTER DEVELOPMENT PLAN 1.7.2.F Infrastructure Approach Refer to the notes below. Please consider that FPL, Telecom and Gas lines may also require relocations not illustrated herein. Construction Timing: we recommend for the utility relocations to be completed as part of an enabling phase (Phase 1). The water main extensions (relocation) would need to be constructed and conveyed before the existing water main in conflict with the development can be removed. The same applies to the 18” force main if it is determined that it needs to also be relocated. NOTES A. Exist. 12" WM (MDWASD As-built E13064-2, 3 & 4) partially in conflict with project. Will require relocation. All proposed mains will require a 12-ft MDWASD easement. B. Exist. 21" Clay Gravity Main in conflict with building. Will likely not be able to relocate due to limitations in invert elevation at Pump Station. If building will be connected at upper levels instead, a min. 15-ft WASD easement with 25-ft vertical clearance will be required. C. Existing 8" Gravity Main in conflict with proposed buildings, to be removed D. Existing PS-0177 E. Exist. 18" FM (MDWASD As-built ES 5296-22) that may be in conflict with development. May require relocation. If the force main is not within a M-DWASD easement, a min. 15-ft MDWASD easement will be required.25-ft vertical clearance will be required. F. WASD will want a 25-ft vertical clearance where water mains cross under the building G. Proposed 8" gravity sewer main extension H. Suggested Relocation for 12" Water Main AA BB EE DD CC FFGGHH 208 111111111111111IIIll11111111111111111111111111111111111111111111~1111111111111111111111111111111111 111111111111111111 11111111111111 Ill Ill 1111!:!II Ill Ill Ill Ill I I I 111111111111111 Ill I II Ill Ill Ill II 11111111111111111111111 I I I I II I 1111111111111111111111111111 ii111111111111111 llllllllllllllllllllllllllllllllllllllllllllllllllllllllllllltll~IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 1111111111111111111 = i == --•=--------------= .. _____ _ r----- 1 I I I I I I 1111!1 111111111 llllllll 1111111111111111111111111111111 I Ill 111111111111111111111111111111111111111111111111111 - :.,,,------fllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllr -§.. ----§1 =1 !1 (5,, 49 MASTER DEVELOPMENT PLAN 1.7.2.G.1 Management and Operation Approach Overall Approach to Project Management Our approach to managing LINK at SOMI involves a collaborative effort among experienced professionals, leveraging their expertise to lead, design, develop, construct, maintain, operate, and manage the project. The key roles and responsibilities are clearly defined to ensure efficient execution and accountability. The Partners are the visible owners of the Development Program, accountable for the successful delivery and completion of the project. They create a venture culture that drives ownership, efficiency, and proactive behavior throughout the venture. The Partners oversee the project management process, drive strategic changes, and provide leadership and direction. They ensure the project management team has access to the right resources to execute their responsibilities effectively. a. Approach to Leading the Project Team Through Project Administration The Partners lead the project team through strategic oversight and decision-making. They are responsible for establishing a highly capable and experienced project management team and ensuring the team has the necessary resources to execute their tasks. The Partners also play a crucial role in managing changes, ensuring that any alterations to the project plan maintain a business focus and are aligned with the project's goals. They are prepared to make timely decisions and provide continuous leadership and direction throughout the project's lifecycle. b. Day-to-Day Project Management and Reporting The Project Executive, responsible for delivering the project, leads and manages the project team with authority and responsibility. This role includes designing and applying appropriate project management processes, managing the production of required deliverables, planning and monitoring the project, and preparing and maintaining project plans. The Project Executive ensures overall progress and resource utilization, initiates corrective actions when necessary, and reports on project progress through highlight reports and end-stage assessments. c. Design Management Corwil Architects, a successful local firm based in Coral Gables, will handle the architectural design. They bring extensive experience in creating innovative and functional designs that meet community needs. Corwil Architects will interface closely with the project team to ensure that the design aligns with the project’s goals and requirements. David Benhamu will be appointed as the Design Manager by the developer, overseeing Corwil’s work and coordinating design efforts on behalf of the project team. This collaboration ensures that the project benefits from both local expertise and high-quality architectural standards. d. Document Management Efficient document management is critical to the success of the project. The Project Manager oversees the documentation process, ensuring all project documents are up-to-date, accessible, and accurately reflect the project's status and progress. To facilitate this, we will establish a shared drive with the City of South Miami, providing easy access to all plans, specifications, and deliverables as they are created. This system ensures transparency and effective collaboration between the project team and the City. e. Contract Management Contract management involves overseeing all project contracts to ensure compliance with terms and conditions. The Project Manager is responsible for managing contractual relationships with all stakeholders, ensuring that all parties fulfill their obligations and that any issues are promptly addressed. This includes regular reviews and negotiations to ensure that the project's interests are protected and that all contractual obligations are met. 209 50 MASTER DEVELOPMENT PLAN 1.7.2.G.1 Management and Operation Approach f. Change Management We will establish a robust change management system that includes levels of approval based on financial impact and schedule changes. The process will involve the City of South Miami, particularly for changes related to city facilities. This ensures that all parties are aligned, and the project can proceed efficiently while maintaining appropriate project controls. This system ensures transparency, accountability, and collaboration, enabling the project to adapt to necessary changes without compromising on quality or timelines. g. Quality Control/Quality Assurance Quality control and assurance are integral to our management plan. The Project Manager ensures that all aspects of the project meet the highest quality standards. This involves regular inspections, adherence to best practices, and implementing corrective measures when necessary to maintain quality throughout the development. The project team will utilize a systematic approach to quality management, ensuring that all deliverables meet or exceed expectations. h. Risk Management Managing project risks is crucial to ensuring successful outcomes. The Project Manager develops and maintains a risk management plan, identifying potential risks, assessing their impact, and implementing strategies to mitigate them. This proactive approach helps prevent issues that could derail the project. Regular risk assessments and contingency planning are key components of our risk management strategy, ensuring the project remains on track. i. Operations For the operations phase, we are hiring Bozzuto, a renowned property management firm. Keri Pfeffer, Senior Vice President of Operations at Bozzuto, will lead the operational management of LINK at SOMI. Bozzuto brings extensive experience in property management, particularly in planning new developments, executing lease-up strategies, and repositioning value-add properties. Their high-touch service and innovative operational techniques will ensure the efficient and effective management of the development. Bozzuto’s track record in South Florida, including overseeing over 5,000 units in 14 communities, underscores their capability to manage LINK at SOMI to the highest standards. j. Additional Areas of Interest Financial and Accounting Management Our Financial and Accounting Leads are responsible for the project's financing aspects, including developing and maintaining financial proformas and models. They lead commercial negotiations with equity capital partners and lenders, ensure project controls are in place, and manage project-related audits. They also handle invoicing for consultants and lead the project draw process with equity and lenders. Our financial management strategy ensures that all financial activities are transparent, compliant, and aligned with the project’s financial goals. 210 • 51 MASTER DEVELOPMENT PLAN 1.7.2.G.2 Management and Operation Approach Qualified Contractors and Subcontractors: We will engage experienced and reputable contractors and subcontractors, known for their high standards of workmanship and reliability. Each contractor will be thoroughly vetted to ensure they meet our quality criteria. On-Site Quality Control Teams: Dedicated third-party quality control teams will be present on-site throughout the construction phase. These teams will conduct regular inspections, monitor construction activities, and ensure adherence to design specifications and quality standards. Regular Audits and Inspections: Scheduled and surprise audits and inspections will be carried out to ensure compliance with quality standards and project specifications. Any deviations will be addressed immediately to maintain the project's integrity. Testing and Commissioning: All materials and systems will undergo rigorous testing and commissioning processes to verify their performance and quality. This includes waterproofing, materials testing, structural threshold, mechanical, electrical, and plumbing systems. Documentation and Reporting: Detailed documentation and reporting mechanisms will be in place to track progress, identify issues, and record resolutions. This transparency ensures accountability and provides a clear record of quality control measures. Quality Control Procedures for LINK at SOMI Our quality control procedures encompass both design and construction phases, ensuring that every aspect of the project meets or exceeds industry standards and stakeholder expectations. This narrative outlines the mechanisms and processes we will implement for LINK at SOMI and provides an analysis of our quality control procedures based on previous successful projects. • Design Quality Control: Our design quality control process is rooted in thorough planning, collaboration, and continuous oversight. We have engaged Corwil Architects, a highly reputable local firm based in Coral Gables, known for their innovative and functional designs. To ensure the highest standards of design quality, we will implement the following procedures: • Design Manager Oversight: David Benhamu will be appointed as the Design Manager, responsible for overseeing Corwil Architects' work and coordinating design efforts on behalf of the project team. This role ensures a consistent vision and adherence to project goals. • Design Reviews and Approvals: We will establish a review and approval process at key milestones: 100% Concept, 100% Schematic, 100% Design Development, and 100% Construction Documents. These reviews will include our internal design and construction team as well as external consultants. This process ensures that all design elements meet the project's requirements and standards before moving forward. • Compliance Checks: Regular compliance checks will be conducted to ensure that the designs adhere to all relevant building codes, regulations, and industry standards. This step mitigates risks associated with non-compliance and ensures a smooth transition to the construction phase. • Stakeholder Involvement: Continuous collaboration with key stakeholders, including the City of South Miami, will be integral to our design process. This involvement ensures that the designs meet the needs and expectations of the community and all relevant parties. 211 52 MASTER DEVELOPMENT PLAN 1.7.2.G.2 Management and Operation Approach • Construction Quality Control: Our construction quality control processes are designed to maintain the integrity of the design and ensure that the final build meets the highest standards of quality and safety. We will implement the following mechanisms: • Qualified Contractors and Subcontractors: We will engage experienced and reputable contractors and subcontractors, known for their high standards of workmanship and reliability. Each contractor will be thoroughly vetted to ensure they meet our quality criteria. • On-Site Quality Control Teams: Dedicated third-party quality control teams will be present on- site throughout the construction phase. These teams will conduct regular inspections, monitor construction activities, and ensure adherence to design specifications and quality standards. • Regular Audits and Inspections: Scheduled and surprise audits and inspections will be carried out to ensure compliance with quality standards and project specifications. Any deviations will be addressed immediately to maintain the project's integrity. • Testing and Commissioning: All materials and systems will undergo rigorous testing and commissioning processes to verify their performance and quality. This includes waterproofing, materials testing, structural threshold, mechanical, electrical, and plumbing systems. • Documentation and Reporting: Detailed documentation and reporting mechanisms will be in place to track progress, identify issues, and record resolutions. This transparency ensures accountability and provides a clear record of quality control measures. • Analysis of Quality Control Procedures for Previous Projects:Our commitment to quality control has been demonstrated in numerous successful projects. For instance, in our previous development at Douglas Station, we implemented a similar rigorous quality control process. This included: • Comprehensive Design Reviews: Regular design evaluations ensured adherence to project specifications and client requirements. • On-Site Quality Control: Continuous monitoring by dedicated quality teams maintained high standards of construction quality. • Stakeholder Engagement: Active involvement of stakeholders throughout the project lifecycle ensured that all expectations were met. The success of Douglas Station, marked by timely completion, adherence to budget, and high levels of client satisfaction, exemplifies our ability to implement effective quality control procedures. 212 213 5454 1.7.3 FINANCIAL OFFER 214 55 FINANCIAL OFFER 1.7.3 Proposed Development Program Proposed Development Phasing South Miami City Hall 30,000 sf Pre-Construction Phase 1 Phase 2 Total South Miami Police Station 25,000 sf Miami-Dade County Public Library 15,000 sf Execution of Ground Lease Agreement Dec 2024 Multifamily 670 units Ground Break1 Jul 2027 Jul 2029 Jul 2027 Ground Floor Retail 27,846 sf Substantial Completion Jun 2029 Jun 2031 Jun 2031 Duration 30 months 24 months 24 months 78 months Economic Summary Upfront Rent1 $4.5 million South Miami City Hall 30,000 sf – 30,000 sf Base Rent2 $800,000 annually South Miami Police Station 25,000 sf – 25,000 sf Participation Rent3 3.0% of revenue Miami-Dade County Public Library 15,000 sf – 15,000 sf Total Ground Rent to City Over 99 Years4 $931 million City Facilities 70,000 sf – 70,000 sf Present Value of Ground Rent Payments5 $35.0 million Present Value of City Tax Revenue5 $25.5 million Multifamily 335 units 335 units 670 units Total Consideration to City6 $60.5 million Ground Floor Retail 8,195 sf 19,651 sf 27,846 sf 2 $400k per phase commencing at ground break and growing at CPI 5 Using a 5% discount rate 6 We are proposing that the Project’s Civic Improvements be financed by a public bond. The City shall allocate the consideration from the Project towards the bond payments eliminating any cash outlays by the City from other sources. 4 Includes upfront rent, base rent, participation rent, and tax revenue to the City of South Miami 1 $500k deposit at execution of ground lease agreement and $2M at ground break of each phase 3 Participation rent = 3% of gross revenue less base rent (so that total recurring ground rent is the greater of base rent and 3% of revenue) 1 Developer will pay penalty rent in the amount of $200k per phase annually commencing on the intended start date if the project has not broken ground • 1 | Annual Base Rent Payments Base Rent: $800,000 annually in total $400,000 annually per phase • 2 | Share of Revenue / Net Cash Flow Participation Rent: 3% of gross revenue less base rent (so that total recurring ground rent is the greater of i) base rent or ii) 3% of revenue) • 3 | Stabilization Period Lease Up: 12 months from completion of construction • 4 | Additional Compensation Upfront Rent: $4.5 Million • 5 | Total Monetary Value Total Ground Rent to City over 99 Years: Present Value of Ground Rent Payments: Present Value of City Tax Revenue: Total Consideration to City: Summary of Financial Offer $931 $35.0 $25.5 $60.5 Million Million Million Million 215 56 1.7.3 Economic Proposal Executed Ground Lease Phase 1 Phase 2 Total One-Time Payments to City Upfront Rent1 500,000$ 2,000,000$ 2,000,000$ 4,500,000$ Total One-Time Payments to City 500,000 2,000,000 2,000,000 4,500,000 Annual Revenue to City Base Rent2 – 400,000 400,000 800,000 Participation Rent3 – 15,957 28,329 44,286 Total Ground Rent Payments – 415,957 428,329 844,286 City Tax Revenue4 – 350,022 350,022 700,045 Total Annual Revenue to City – 765,979 778,351 1,544,330 Total Payments to City Over 99 Years4 500,000$ 462,632,681$ 468,205,144$ 931,337,824$ Present Value5 500,000 30,522,110 29,504,868 60,526,979 1 $500k deposit at execution of ground lease agreement and $2M paid at ground break of each phase 2 Commencing at ground break of each phase ($400k per phase) and growing at CPI 4 Share of new property tax revenue allocated to the City of South Miami from the Project 5 Includes base rent, participation rent, and tax revenue to the City of South Miami 6 Using a 5% discount rate 3 Participation rent = 3% of gross revenue less base rent (so that total recurring ground rent is greater of base rent and 3% of revenue) FINANCIAL OFFER Summary of Financial Offer Continued 216 57 FINANCIAL OFFER 1.7.3 Proposed Development Budget Development Budget and Capitalization - City Facilities Development Budget and Capitalization - Multifamily and Retail PSF Total Phase I Phase II Total Development Budget Development Budget Hard Costs 200$ 14,000,000$ Land Acquisition Costs 2,250,000$ 2,250,000$ 4,500,000$ Tenant Improvements 150 10,500,000 Hard Costs 107,852,588 110,258,348 218,110,935 Architectural & Engineering 6 420,000 Soft Costs 21,186,801 21,566,819 42,753,619 Permit Fees 22 1,537,000 Commercial Leasing & TI Costs 1,140,744 2,735,419 3,876,163 Art in Public Places 6 450,000 Financing Fees 954,200 978,300 1,932,500 Legal & Admin 9 600,000 Opex Reserve 1,595,494 1,457,538 3,053,032 Other Soft Costs 36 2,493,000 Interest Reserve 2,152,974 2,275,007 4,427,981 Development Costs 429 30,000,000 Development Costs 137,132,800 141,521,431 278,654,231 Capitalization Capitalization Equity - Equity 61,712,800 63,691,431 125,404,231 City of South Miami Bond 30,000,000 Debt 75,420,000 77,830,000 153,250,000 Project Sources 30,000,000$ Project Sources 137,132,800$ 141,521,431$ 278,654,231$ Proposed Development Budget Phase 1 Phase 2 Total South Miami City Hall 12,857,143$ –$ 12,857,143$ South Miami Police Station 10,714,286 – 10,714,286 Miami-Dade County Public Library 6,428,571 – 6,428,571 City Facilities1, 2 30,000,000 – 30,000,000 Multifamily 133,754,283 133,437,879 267,192,162 Ground Floor Retail 3,378,517 8,083,552 11,462,068 Total 167,132,800$ 141,521,431$ 308,654,231$ 1 To be financed by a municipal bond at a 5% interest rate 2 1.5% of these costs will be allocated towards the acquisition, display, repair, and maintenance of public art 217 58 FINANCIAL OFFER 1.7.3 Cash Neutral Analysis for the City of South Miami We have thoughtfully aligned our development program, phasing, and financial proposal to reduce capital exposure for the City of South Miami. As indicated in the summary table, we anticipate that the upfront and ongoing payments from the project will effectively offset the city’s bond-related expenses, providing a cash-positive opportunity for the city each year. Net Benefit to the City of South Miami 0123456789101112131415…99 Dec 2024 Dec 2025 Dec 2026 Dec 2027 Dec 2028 Dec 2029 Dec 2030 Dec 2031 Dec 2032 Dec 2033 Dec 2034 Dec 2035 Dec 2036 Dec 2037 Dec 2038 Dec 2039 … Dec 2123 Upfront Rent 500,000$ –$ –$ 2,000,000$ –$ 2,000,000$ –$ –$ –$ –$ –$ –$ –$ –$ –$ –$ …–$ Base Rent – – – – – 268,509 471,211 770,208 999,815 1,029,810 1,060,704 1,092,525 1,125,301 1,159,060 1,193,832 1,229,647 … 14,726,760 Participation Rent – – – – – – 11,518 22,627 51,610 72,365 81,725 87,202 93,047 99,284 105,938 113,039 … 26,298,245 Property Tax Revenue – – – – – 234,960 412,336 673,975 874,894 901,141 928,175 956,020 984,701 1,014,242 1,044,669 1,076,009 … 12,886,735 Bond Servicing Payments1 – – – (908,438) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) (1,816,876) …– Interest Income Earned2 – – – 626,397 702,786 76,390 – – – – – – – – – – …– City of South Miami Net Benefit 500,000 – – 1,717,959 (1,114,089) 762,984 (921,811) (350,065) 109,443 186,440 253,728 318,872 386,173 455,710 527,564 601,819 … 53,911,740 City of South Miami Cash Balance 500,000 500,000 500,000 2,217,959 1,103,869 1,866,853 945,042 594,977 704,420 890,860 1,144,588 1,463,460 1,849,633 2,305,343 2,832,907 3,434,726 … 1,252,857,456 Net Cash Benefit over 99 Years 1,252,857,456 Present Value3 44,666,823 City Facilities 30,000,000 Total Net Benefit to the City 74,666,823$ 1 Assumes the City of South Miami issues a $30M bond at 5%, with fully amortizing payments over 35 years 2 Assumes the City earns 5% interest on unused bond proceeds 3 Using a 5% discount rate Year 218 59 FINANCIAL OFFER 1.7.3 Stabilized Untrended Operating Projections Unit Mix Rent Comps (Market Rate Units Only) Phase I Phase II Total Unit Count Avg. SF Monthly Rent PSF Residential Revenue Market Rate Rental Income 13,412,604$ 13,412,604$ 26,825,208$ Studio 124 569 2,600$ 4.57$ Vacancy 5.00% (714,221) (714,221) (1,428,442) 1 Bed 260 734 3,000 4.09 Other Income 871,819 871,819 1,743,639 2 Bed 186 1,136 4,200 3.70 Total Revenue 13,570,202 13,570,202 27,140,404 3 Bed 32 1,237 5,200 4.20 Total Market Rate 602 851 3,405 4.00 Residential Operating Expenses Contract Services 117,250 117,250 234,500 Workforce Housing General & Administrative 83,750 83,750 167,500 Studio 14 569 2,385$ 4.19$ Repairs & Maintenance 83,750 83,750 167,500 1 Bed 30 734 2,554 3.48 Make Ready 100,500 100,500 201,000 2 Bed 20 1,136 3,063 2.70 Marketing 100,500 100,500 201,000 3 Bed 4 1,237 3,541 2.86 Personnel 552,750 552,750 1,105,500 Total Workforce Housing1 68 848 2,727 3.22 RE Taxes 1,692,079 1,692,079 3,384,157 Insurance 670,000 670,000 1,340,000 Total Ground Rent 415,957 428,329 844,286 Studio 138 569 2,578$ 4.53$ Utilities 368,500 368,500 737,000 1 Bed 290 734 2,954 4.02 Management Fees 2.25% 305,330 305,330 610,659 2 Bed 206 1,136 4,090 3.60 Reserves 83,750 83,750 167,500 3 Bed 36 1,237 5,016 4.05 Total Operating Expenses 4,574,115 4,586,487 9,160,602 Total Units 670 851 3,336$ 3.92$ Residential Net Operating Income 8,996,087 8,983,715 17,979,802 1 10% of the total residential units will be allocated toward Workforce Housing with rent levels up to 120% AMI Retail Rental Income (NNN)327,800 786,040 1,113,840 Vacancy 10.00% (32,780) (78,604) (111,384) Retail Net Operating Income 295,020 707,436 1,002,456 Total Net Operating Income 9,291,107$ 9,691,151$ 18,982,258$ $3.00 $3.50 $4.00 $4.50 $5.00 $5.50 $2,000 $2,500 $3,000 $3,500 $4,000 $4,500 $5,000 Rent/Month Rent/SF Mixed-Use Development Underwriting 219 ■ 0 0 0 6060 1.7.4 FINANCE PLAN 220 61 FINANCE PLAN 1.7.4 Financing and Budgeting Approach A. Financing and Budgeting Approach Our financing plan for the Project was crafted to ensure the full cost of design, construction, management, and operation activities are covered through a mix of financing methods. The approach leverages the financial strengths and capabilities of both the city and our development team, ensuring the viability of the Project. Financing Strategy and Proposed Methods The Project will be developed in two phases. Phase I includes comprehensive Civic Improvements and a concurrent residential project with ground floor retail. To finance these city improvements, we propose the city raises a $30 million bond. This approach is preferred as it allows the city to benefit from its lower cost of capital, maximizing financial efficiency. The bond is assumed to amortize over 35 years and have an interest rate of 5%. As construction draws are mostly linearly spent over a 24-month construction period, we propose that during development, the unused portion of the $30 million bond proceeds be invested by the city, earning an estimated 5% interest during the construction period. This investment offsets some of the bond costs. Budgeting and Phased Funding The total estimated budget for Phase I is set at $30 million for city improvements. We will collaborate closely with the city to ensure this budget is adhered to and will propose options for efficiencies and selection of finishes as needed to achieve that budget without compromising the quality and scope of the improvements. For the residential project, an upfront payment of $2,250,000 will be made upon groundbreaking for each phase. This payment is strategically planned to cover the initial shortfalls in bond payments during the initial years. Based on our underwriting, we project that the city will be net cash flow positive throughout the project. Following the delivery of the first phase, base rent payments will commence, proposed at the higher of 3% of revenue or $400,000 per phase. Additionally, the Project will generate new property tax revenue allocated to the City of South Miami from the Developer Improvements estimated to start at $700,000 at the completion of Phase II and growing every year thereafter. 221 62 FINANCE PLAN 1.7.4 Financing and Budgeting Approach Managing Financial Risk Our approach includes rigorous financial risk management to mitigate impacts from variables such as tariffs, equity price fluctuations, construction costs, and interest rate changes. Comprehensive procedures and analysis are in place to anticipate and address these concerns, ensuring the Project's financial stability over its 15-year short- and long-term operating projections. Innovative Financing Techniques We are exploring innovative financing techniques, including public-private partnerships and direct third-party investments, to further support and fund the Project. These methods are designed to maximize funding availability while minimizing financial exposure for the city. Understanding of Regulatory Requirements Our team possesses shares a deep understanding of state and local requirements, enabling us to efficiently raise the necessary equity for the Project. This ensures all financial strategies are compliant and optimized for successful implementation. Guarantee of Obligations Our project entity will guarantee payments of all rents as they are due. We will also secure a completion payment and performance bond from a reputable general contractor to de- risk the construction process and will provide the city with a dual obligee rider as an extra level of protection.Our financing and budgeting approach is designed to achieve the city's goal of funding Project Improvements, with no out-of-pocket contributions required. By leveraging low-cost capital and a thoughtful phasing plan, we ensure the city's bond payments are covered, generating positive cash flow and substantial financial benefits over both the short- and long-term. The city of South Miami stands to gain over approximately $1 billion in payments over a 90-year ground lease, with a net present value of $60 million at a 5% discount rate, along with $30 million worth of civic improvements, totaling $90 million of value. 222 63 1.7.4.B.aFINANCE PLAN Financial Strength and Capacity, CPA Reference Letter March 18, 2024 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, Florida 33143 To whom it may concern: We are the accountants for 13th Floor Investments, 13th Floor Manager, their principals Arnaud Karsenti, and Rey Melendi (the Developer) and various entities owned and managed by the Developer or its affiliates. Our Firm has served the Developer in this capacity since 2010, including performance of annual financial statement audits and reviews of related closed end private equity funds and preparation of federal and state income tax returns for related partnership entities. We understand that the Developer is contemplating a joint venture project, which is submitting a response to the City of South Miami’s Request for Qualifications (RFQ) No. CMS2024-01 for the South Miami City Hall Redevelopment Project. The Developer has been active in the development, ownership and management of real estate projects since we have had a professional relationship with them. Throughout the course of our relationship the Developer and their management team have completed multiple real estate asset acquisition, disposition and financing closings. The Developer’s management has represented that they have the financial wherewithal to meet the financial requirements of the RFQ on their own or with joint venture partners. As you know, an RFQ award and development partner decision should be based on the City of South Miami’s exercise of due diligence in obtaining and considering multiple factors and information. Any use by you of this letter is solely a matter of your responsibility and judgment. This letter is not intended to establish a client relationship with you, nor is it intended to establish any obligation on our part to provide any future information to you with regard to the Developer. Regards, Geoffrey Adams, CPA Principal Kaufman, Rossin & Co. PA Miami |Fort Lauderdale |Boca Raton |Naples |New York DocuSign Envelope ID: 4B06C45F-9FC3-4B5A-AC86-DB3BA46F17D3 223 KAUFMAN I ROSS IN 13th Floor Investments team has a long history and track record of financing large-scale development projects. We believe that each real estate venture requires a unique financing plan. 13th Floor Investments operates a set of discretionary private equity funds. Fund V is the latest iteration and has over $200 million of discretionary capital, which will be available for this project. Since 2010, 13th Floor has completed over 60 transactions comprising of $5B of managed real estate assets, deploying an excess of $1.2 billion of equity. The team has several long-standing equity relationships with firms such as Wexford, Barings/Mass Mutual, and Baupost, which have all recently invested in ground-up development projects with the principles. Additionally, debt relationships include premier banking institutions such as TD Bank, Santander, and CIBC, among others. Each investment is organized as a separate legal structure, with its own single purpose entity. This is a requirement made of us by our investors and lending institutions. Our operating businesses take full responsibility for the management and operation of each separate investment entity. To provide additional security, the respondents will provide a payment and performance bond security mechanism to the City prior to construction. While every project is unique from a financing perspective, an example of a typical financing strategy is Motion at Dadeland. In Motion, the capitalization was $88MM and was provided as follows: $35MM equity of which 10% was provided by the principles and 90% was provided by Barings (a $304B+ Global Financial Services firm with ties to Mass Mutual). In addition, $53MM was provided as Construction Loan from TD Bank and Santander. For the South Miami Redevelopment, the team plans to leverage its relationships with LP capital, such as Wexford’s Flagler Venture or Barings/Mass Mutual, which have both recently invested in ground-up development projects with the principles. Wexford is an SEC-registered investment advisor with assets under management of $3.4 billion. Flagler and 13th Floor have partnered together on 18 real estate investments, totaling $180 million of equity capital. Barings and 13th Floor have partnered on 5 real estate development projects, totaling $150 million of equity capital. On the debt side, the Proposer’s team has several current loans with Santander, TD Bank, and CIBC. Including a $112 million construction loan close with CIBC in 2023. These banks have financed significant projects for 13th Floor in the past and are very interested in continuing to provide financing for projects. 64 1.7.4.B-bFINANCE PLAN Financial Strength and Capacity, Relevant Experience 224 ....... REGIONS 1D BARINGS <) BankOZK ~ FIRST ~HORIZON . CIBC O 65 1.7.4.B-bFINANCE PLAN Financial Statements July 17, 2024 Re: Proof of Funding This letter does not constitute an offer, agreement, conditional or otherwise, agreement in principle, agreement to agree, or commitment to make an investment, provide financing or to pursue any other transaction. To Whom It May Concern: On behalf of the 13th Floor Investments family, inclusive of 13th Floor acquisitions, I am pleased to provide you with the attached summary Statement of Assets and Liabilities for 13th Floor Investments (“13FI”) and its collective funding and ownership vehicles as of March 31, 2024 (the date of the most recent companywide financial statements). Beginning with the launch of its first Fund in the fall of 2010, 13FI has raised and managed five private equity Fund vehicles and more than a dozen separately managed venture accounts. In total, since 2010, 13FI has deployed in excess of $1.0 Bn of equity into its programs and has returned over $1.5 Bn back to its investors. In addition to its ability to reuse much of the distributed capital, and in addition to the ongoing liquidity maintained across vehicles, 13FI has over $248 MM of committed, but uncalled, capital as of the date of this letter, with $194 MM coming specifically from the firm’s latest fund, 13th Floor Fund V. Further illustration of these figures can be found on the following page. I attest the attached is true and correct as of the date thereof. Best Regards, Daryl Shevin, CFA Chief Financial Officer 13th Floor Investments (786) 220-0460 Gross Assets 999.0 MM Liabilities 328.9 MM Net Assets 670.1 MM Committed Capital 1,346.7 MM Contributed Capital 1,098.3 MM Commitments Outstanding 248.4 MM Distributed Capital 1,575.0 MM As of March 31, 2024 13th Floor Investments Active Portfolio Statement of Assets and Liabilities (Unaudited, Expressed in U.S. Dollars) Inclusive of the Florida Real Estate Value Fund family, and joint venture deals 225 13TH FLOOR INVESTMENTS 66 FINANCIAL PLAN 1.7.4.B-c Insurance Certificates USI Insurance Services, Inc 201 Alhambra Circle, Suite 900 Coral Gables, Florida. 33134 Tel: 305.910.4412 July 1, 2024 City of South Miami 6130 Sunset Drive South Miami, Florida, 33143 RE: Request for Proposal (RFQ) N.O CSM2024-01 13th Floor Link at South Miami, LLC / PROOF OF INSURABILITY To Whom it May Concern, USI Insurance Services oversees the insurance program for 13th Floor Link at South Miami, LLC. This letter serves as confirmation that if awarded the development agreement, 13th Floor will secure the insurance coverage, including the limits and the insurance companies rating, to include the wording naming the City of South Miami as an additional insured in compliance with all the terms included on Section 2.5.1 of the Request for Qualifications N.O CSM2024-01. Attached a “Sample Certificate” of how coverage will be placed to satisfy the City of South Miami and the project requirements. The coverage will be provided within the requested timeframe after the development agreement is awarded to 13th Floor. Should you have any questions please feel free to contact me, or a member of our team at 305-910-4412, or juan.cordoba@usi.com. Regards, JUAN D. CORDOBA Juan D. Cordoba, AAI, CRIS Partner | Senior Vice President USI Insurance Services 201 Alhambra Circle, Suite 1205, Coral Gables, Fl, 33134 Cellphone: 305.910.4412 juan.cordoba@usi.com | www.usi.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY USI Insurance Services USA, Inc 201 Alhambra Circle Suite 201 Coral Gables, Florida. 33134 Juan D Cordoba 305-443-4886 305-443-4886 juan.cordoba@usi.com 13th Floor Link at South Miami, LLC. TBD TBD TBD TBD A HIRED NON OWNED LIMIT $1,000,000 X X TBD TBD TBD 1,000,000 100,000 10,000 1,000,000 2,000,000 1,000,000 B 1,000 DED X X TBD TBD TBD 1,000,000 B N X TBD TBD TBD 1,000,000 1,000,000 1,000,000 D Professional Liability TBD TBD TBD Limit $2,000,000 This is only a Sample Certificate. Citiy of South Miami is named as an additional insured, primary and non contributory and waiver of subrogation endorsements are included in favor to the City of South Miami. City of South Miami 226 Property & Casualty • Employee Benefits • Personal Risk • Retirement Consulting The USI ONE Advantage® ACORD ~ ' D X ' P9 □ ~ ~ X x ~ I I I I I [Z] □ ~ ~ ~ H I IXI □ ~~~JJ- 67 FINANCIAL PLAN 1.7.4.B-c Reference Letter Capital Partner 777 S Flagler Drive, Suite 602 East │ West Palm Beach, FL 33401 phone: (561) 273-8600 March 22nd, 2024 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 Re: RFQ – South Miami City Hall Redevlopment Wexford Real Estate Investors (“WREI”) was formed in 2015 as the private market real estate investing arm of Wexford Capital LP ("Wexford"), an SEC registered investment advisor, with assets under management of approximately $1.2 billion and a history of investing in real estate that dates back to Wexford’s founding in 1994. Since 2017, WREI managed entities have made aggregate equity investments or commitments in excess of $430 million in commercial and residential properties throughout the US, of which approximately $192 million was invested or committed to properties located in Florida. WREI and 13th Floor Investments ("13th Floor") have partnered together on 24 real estate investments in the past which in aggregate total over $200 million of committed equity capital from WREI. WREI is aware that 13th Floor is pursuing the development of the South Miami City Hall Site (the "Property"). I can attest to their professionalism, expertise, and commitment to excellence. Based on my experience working with 13th Floor Investments, I have full confidence in their ability to successfully undertake the South Miami City Hall Redevelopment Project. Their track record of achievement and their reputation for delivering projects of the highest caliber make them an ideal partner for this endeavor. If you have questions, please feel free to contact me (561‐273‐8613). Philip Braunstein Partner 227 rrf\wREI WEXFORD REAL ESTATE INVESTORS 68 FINANCIAL PLAN 1.7.4.B-c Confidential July 16th, 2024 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive South Miami, FL 33143 E‐Mail: skulick@southmiamifl.gov Re: REQUEST FOR PROPOSALS (RFP) NO. CSM2024‐08 South Miami City Hall 13th Floor Investments has a good lending and banking relationship with Santander Bank. Our lending relationship has expanded to construction loans totaling over $150 MM in commercial real estate development projects. We confirm and acknowledge that all transactions during our relationship have performed well with no event of default. We would most certainly entertain further lending opportunities with Arnaud Karsenti and his affiliated companies. We value the relationship and look forward to discussing the financing of this additional endeavor once it becomes ready. By: _____________________________ Benjamin Flanders Santander Bank Senior Vice President, Florida Market Director Commercial Real Estate Banking 1401 Brickell Avenue, Suite 850, Miami, FL 33131 Reference Letter Lender 228 69 1.7.4.CFINANCE PLAN Project Schedule Plan AGREEMENT NEGOTIATION EXECUTION OF AGREEMENTS DESIGN AND ENTITLEMENT PHASE I CONSTRUCTION PHASE II CONSTRUCTION AUG 2024-DECEMBER 2024 DECEMBER 2024 DECEMBER 2025 JUNE 2027 3 MONTH TRANSITION FROM PHASE I TO PHASE II GROUND BREAK SEPTEMBER 2029 START PHASE II COMPLETION SEPTEMBER 2031 229 ~ :::: I _, -, _, _, -, \ \ \ \ \ I! I I/// I I 70 Activity ID Activity Name Duration Start Finish SOMI - RFPSOMI - RFPSOMI - RFPSOMI - RFPSOMI - RFP MILESTONESMILESTONESMILESTONESMILESTONESMILESTONES PC-1000 AGREEMENT NEGOTIATION 122 01-Aug-24 30-Nov-24 PC-1010 EXECUTION OF AGREEMENTS 31 01-Dec-24 31-Dec-24 PC-1020 DESIGN & ENTITLEMENTS 911 01-Jan-25 30-Jun-27 MS-1000 PHASE 1 START OF CONSTRUCTION 0 01-Jul-27 MS-1010 PHASE 1A RESIDENTIAL BUILDING CONSTRUCTION 730 01-Jul-27 29-Jun-29 MS-1020 CIVIC BUILDING CONSTRUCTION 509 25-Oct-27 16-Mar-29 MS-1060 PHASE 1 COMPLETE 0 29-Jun-29 MS-1030 TRANSITION FROM PHASE 1 TO PHASE 2 GROUND BREAKING 93 30-Jun-29 30-Sep-29 MS-1040 PHASE 2 START OF CONSTRUCTION 0 01-Oct-29 MS-1050 PHASE 2 RESIDENTIAL BUILDING CONSTRUCTION 730 01-Oct-29 30-Sep-31 MS-1070 PHASE 2 COMPLETE 0 30-Sep-31* PHASE 1A CONSTRUCTIONPHASE 1A CONSTRUCTIONPHASE 1A CONSTRUCTIONPHASE 1A CONSTRUCTIONPHASE 1A CONSTRUCTION MOBILIZATIONMOBILIZATIONMOBILIZATIONMOBILIZATIONMOBILIZATION MB-1000 CONTRACTOR MOBILIZATION 10 01-Jul-27 15-Jul-27 MB-1010 TEMPORARY UTILITIES / FACILITIES / CONSTRUCTION TRAILER 10 06-Jul-27 19-Jul-27 MB-1020 EXISTING SITE DEMOLITION 15 16-Jul-27 05-Aug-27 RESIDENTIAL BUILDING & GARAGE (15 STORIES)RESIDENTIAL BUILDING & GARAGE (15 STORIES)RESIDENTIAL BUILDING & GARAGE (15 STORIES)RESIDENTIAL BUILDING & GARAGE (15 STORIES)RESIDENTIAL BUILDING & GARAGE (15 STORIES) RESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURE P1A-1000 RESIDENTIAL BLDG. & GARAGE - EARTHWORK / BUILDING PAD PREPARATION [P1A]30 30-Jul-27 10-Sep-27 P1A-1010 RESIDENTIAL TOWER - PILES [P1A]20 27-Aug-27 24-Sep-27 P1A-1020 RESIDENTIAL TOWER - FOUNDATIONS & FOOTINGS [P1A]25 27-Sep-27 29-Oct-27 P1A-1030 RESIDENTIAL TOWER - 1ST LIFT VERTICALS [P1A]15 25-Oct-27 15-Nov-27 P1A-1040 RESIDENTIAL TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P1A]10 16-Nov-27 30-Nov-27 P1A-1050 RESIDENTIAL TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P1A]10 01-Dec-27 14-Dec-27 P1A-1060 RESIDENTIAL TOWER - 4TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 15-Dec-27 29-Dec-27 P1A-1070 RESIDENTIAL TOWER - 5TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 30-Dec-27 13-Jan-28 P1A-1080 RESIDENTIAL TOWER - 6TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 14-Jan-28 27-Jan-28 P1A-1090 RESIDENTIAL TOWER - SLAB ON GRADE [P1A]20 14-Jan-28 10-Feb-28 P1A-1100 RESIDENTIAL TOWER - 7TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 28-Jan-28 10-Feb-28 P1A-1110 RESIDENTIAL TOWER - 8TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 11-Feb-28 24-Feb-28 P1A-1120 RESIDENTIAL TOWER - 9TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 25-Feb-28 09-Mar-28 P1A-1130 RESIDENTIAL TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 10-Mar-28 23-Mar-28 P1A-1140 RESIDENTIAL TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 24-Mar-28 06-Apr-28 P1A-1150 RESIDENTIAL TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 07-Apr-28 20-Apr-28 P1A-1160 RESIDENTIAL TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 21-Apr-28 04-May-28 P1A-1170 RESIDENTIAL TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 05-May-28 18-May-28 P1A-1180 RESIDENTIAL TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 19-May-28 02-Jun-28 P1A-1190 RESIDENTIAL TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P1A]10 05-Jun-28 16-Jun-28 GARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTURE P1A-1200 GARAGE TOWER - PILES [P1A]20 27-Sep-27 22-Oct-27 P1A-1210 GARAGE TOWER - FOUNDATIONS & FOOTINGS [P1A]25 25-Oct-27 30-Nov-27 P1A-1220 GARAGE TOWER - 1ST LIFT VERTICALS [P1A]15 23-Nov-27 14-Dec-27 P1A-1230 GARAGE TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P1A]10 15-Dec-27 29-Dec-27 P1A-1240 GARAGE TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P1A]10 30-Dec-27 13-Jan-28 P1A-1250 GARAGE TOWER - 4TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 14-Jan-28 27-Jan-28 P1A-1260 GARAGE TOWER - 5TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 28-Jan-28 10-Feb-28 J J J J J J J J J J J J J J J J J J J J J J J J A 2024 2025 2026 2027 2028 2029 2030 2031 2032 AGREEMENT NEGOTIATION EXECUTION OF AGREEMENTS DESIGN & ENTITLEMENTS PHASE 1 START OF CONSTRUCTION PHASE 1A RESIDENTIAL BUILDING CONSTRUCTION CIVIC BUILDING CONSTRUCTION PHASE 1 COMPLETE TRANSITION FROM PHASE 1 TO PHASE 2 GROUND BREAKING PHASE 2 START OF CONSTRUCTION PHASE 2 RESIDENTIAL BUILDING CONSTRUCTION PHASE 2 COMPLETE CONTRACTOR MOBILIZATION TEMPORARY UTILITIES / FACILITIES / CONSTRUCTION TRAILER EXISTING SITE DEMOLITION RESIDENTIAL BLDG. & GARAGE - EARTHWORK / BUILDING PAD PREPARATION [P1A] RESIDENTIAL TOWER - PILES [P1A] RESIDENTIAL TOWER - FOUNDATIONS & FOOTINGS [P1A] RESIDENTIAL TOWER - 1ST LIFT VERTICALS [P1A] RESIDENTIAL TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 4TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 5TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 6TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - SLAB ON GRADE [P1A] RESIDENTIAL TOWER - 7TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 8TH FLOOR ELEVATED SLAB & VERTI CALS [P1A] RESIDENTIAL TOWER - 9TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P1A] RESIDENTIAL TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P1A] GARAGE TOWER - PILES [P1A] GARAGE TOWER - FOUNDATIONS & FOOTINGS [P1A] GARAGE TOWER - 1ST LIFT VERTICALS [P1A] GARAGE TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 4TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 5TH FLOOR ELEVATED SLAB & VERTICALS [P1A] PAGE 1 of 5 PREPARED BY A.C.T. (877) 254-8460 Remaining Level of Effort Remaining Work Critical Remaining Work Milestone SOMI-RFP VIZCAYA / SOMI - RFP NEW PUBLIC FACILITIES, RESIDENTIAL BUILDINGS & PARKING GARAGES BAR CHART BY WBS DATA DATE = 01-Aug-24 1.7.4.CFINANCE PLAN Project Schedule Plan 230 c::::::::J c::::::::J c::::::::J ♦ ♦ ♦ □ a □ □ □ □ □ a D D □ □ a a a □ a D • a a D a • D a D D a a ♦ c:::::J ♦ ♦ 71 Activity ID Activity Name Duration Start Finish P1A-1270 GARAGE TOWER - 6TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 11-Feb-28 24-Feb-28 P1A-1280 GARAGE TOWER - SLAB ON GRADE [P1A]20 11-Feb-28 09-Mar-28 P1A-1290 GARAGE TOWER - 7TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 25-Feb-28 09-Mar-28 P1A-1300 GARAGE TOWER - 8TH FLOOR ELEVATED SLAB & VERTICALS [P1A]10 10-Mar-28 23-Mar-28 P1A-1310 GARAGE TOWER - 9TH FLOOR ELEVATED SLAB & VERTICALS [P1A]8 24-Mar-28 04-Apr-28 P1A-1320 GARAGE TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P1A]6 05-Apr-28 12-Apr-28 P1A-1330 GARAGE TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P1A]6 13-Apr-28 20-Apr-28 P1A-1340 GARAGE TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P1A]6 21-Apr-28 28-Apr-28 P1A-1350 GARAGE TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P1A]6 05-May-28 12-May-28 P1A-1360 GARAGE TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P1A]6 19-May-28 26-May-28 P1A-1370 GARAGE TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P1A]6 05-Jun-28 12-Jun-28 P1A-1380 GARAGE TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P1A]6 19-Jun-28 26-Jun-28 P1A-1390 GARAGE TOWER - POOL STRUCTURE [P1A]30 27-Jun-28 08-Aug-28 ROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKIN P1A-2000 RESIDENTIAL BLDG. & GARAGE - CMU WALLS [P1A]200 14-Jan-28 24-Oct-28 P1A-2010 RESIDENTIAL BLDG. & GARAGE - WINDOWS / SLIDERS / STOREFRONTS [P1A]160 28-Jan-28 12-Sep-28 P1A-2020 RESIDENTIAL BLDG. & GARAGE - ROOF WORK (ROOFING SYSTEM & MECHANICAL EQUIPMENT) [P1A]80 03-Jul-28 24-Oct-28 P1A-2030 RESIDENTIAL BLDG. & GARAGE - STUCCO EXTERIOR [P1A]160 18-Jul-28 05-Mar-29 P1A-2040 RESIDENTIAL BLDG. & GARAGE - PAINT EXTERIOR [P1A]160 08-Aug-28 26-Mar-29 P1A-2050 RESIDENTIAL BLDG. & GARAGE - EXTERIOR RAILING SYSTEMS [P1A]100 01-Nov-28 26-Mar-29 P1A-2060 RESIDENTIAL BLDG. & GARAGE - EXTERIOR BUILDING FINISHES (LOUVERS / CANOPIES / SIGNAGE / ETC.) [P1A]45 06-Feb-29 09-Apr-29 FLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTS P1A-3000 RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR UNIT BUILDOUTS [ P1A]100 04-Feb-28 23-Jun-28 P1A-3010 RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR UNIT & LOBBY BUILDOUT [P1A]100 11-Feb-28 30-Jun-28 P1A-3020 RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR UNIT BUILDOUTS [ P1A]100 25-Feb-28 17-Jul-28 P1A-3030 RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR UNIT BUILDOUTS [P1A]100 17-Mar-28 07-Aug-28 P1A-3040 RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR UNIT BUILDOUTS [P1A]100 07-Apr-28 28-Aug-28 P1A-3050 RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR UNIT BUILDOUTS [P1A]100 28-Apr-28 19-Sep-28 P1A-3060 RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR UNIT BUILDOUTS [P1A]100 19-May-28 10-Oct-28 P1A-3070 RESIDENTIAL BLDG. & GARAGE - 8TH FLOOR UNIT BUILDOUTS [P1A]100 12-Jun-28 31-Oct-28 P1A-3080 RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR RETAIL AREA / WHITESPACE BUILDOUT [P1A]60 03-Jul-28 26-Sep-28 P1A-3090 RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR UNIT BUILDOUTS [P1A]115 03-Jul-28 14-Dec-28 P1A-3100 RESIDENTIAL BLDG. & GARAGE - 10TH FLOOR UNIT BUILDOUTS [P1A]115 25-Jul-28 08-Jan-29 P1A-3110 RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR AMENITY SPACE BUILDOUT [P1A]100 15-Aug-28 08-Jan-29 P1A-3120 RESIDENTIAL BLDG. & GARAGE - 11TH FLOOR UNIT BUILDOUTS [P1A]115 15-Aug-28 29-Jan-29 P1A-3130 RESIDENTIAL BLDG. & GARAGE - 12TH FLOOR UNIT BUILDOUTS [P1A]115 06-Sep-28 19-Feb-29 P1A-3140 RESIDENTIAL BLDG. & GARAGE - 13TH FLOOR UNIT BUILDOUTS [P1A]115 27-Sep-28 12-Mar-29 P1A-3150 RESIDENTIAL BLDG. & GARAGE - 14TH FLOOR UNIT BUILDOUTS [P1A]115 18-Oct-28 02-Apr-29 P1A-3160 RESIDENTIAL BLDG. & GARAGE - 15TH FLOOR UNIT BUILDOUTS [P1A]115 08-Nov-28 23-Apr-29 GARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTS P1A-4000 RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR GARAGE BUILDOUT [P1A]60 09-Aug-28 01-Nov-28 P1A-4010 RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR GARAGE BUILDOUT [P1A]60 23-Aug-28 16-Nov-28 P1A-4020 RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR GARAGE BUILDOUT [P1A]60 07-Sep-28 01-Dec-28 P1A-4030 RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR GARAGE BUILDOUT [P1A]60 21-Sep-28 15-Dec-28 P1A-4040 RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR GARAGE BUILDOUT [P1A]60 05-Oct-28 02-Jan-29 P1A-4050 RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR GARAGE BUILDOUT [P1A]60 19-Oct-28 16-Jan-29 P1A-4060 RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR GARAGE BUILDOUT [P1A]60 02-Nov-28 30-Jan-29 UTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSE P1A-5000 RESIDENTIAL BLDG. & GARAGE - SWITCH GEAR PROCUREMENT & DELIVERY [P1A]200 01-Jul-27 13-Apr-28 P1A-5010 RESIDENTIAL BLDG. & GARAGE - GENERATOR ROOM BUILDOUT [P1A]60 07-Apr-28 30-Jun-28 P1A-5020 RESIDENTIAL BLDG. & GARAGE - FIRE PUMP ROOM BUILDOUT [P1A]60 07-Apr-28 30-Jun-28 P1A-5030 RESIDENTIAL BLDG. & GARAGE - DOMESTIC PUMP ROOM BUILDOUT [P1A]60 07-Apr-28 30-Jun-28 P1A-5040 RESIDENTIAL BLDG. & GARAGE - FP&L ROOM BUILDOUT [P1A]80 07-Apr-28 31-Jul-28 P1A-5050 RESIDENTIAL BLDG. & GARAGE - MAIN ELECTRICAL ROOM BUILDOUT [P1A]100 14-Apr-28 05-Sep-28 POOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECK J J J J J J J J J J J J J J J J J J J J J J J J A 2024 2025 2026 2027 2028 2029 2030 2031 2032 GARAGE TOWER - 6TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - SLAB ON GRADE [P1A] GARAGE TOWER - 7TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 8TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 9TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P1A] GARAGE TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P1A] GARAGE TOWER - POOL STRUCTURE [P1A] RESIDENTIAL BLDG. & GARAGE - CMU WALLS [P1A] RESIDENTIAL BLDG. & GARAGE - WINDOWS / SLIDERS / STOREFRONTS [P1A] RESIDENTIAL BLDG. & GARAGE - ROOF WORK (ROOFING SYSTEM & MECHANICAL EQUIPMENT) [P1A] RESIDENTIAL BLDG. & GARAGE - STUCCO EXTERIOR [P1A] RESIDENTIAL BLDG. & GARAGE - PAINT EXTERIOR [P1A] RESIDENTIAL BLDG. & GARAGE - EXTERIOR RAILING SYSTEMS [P1A] RESIDENTIAL BLDG. & GARAGE - EXTERIOR BUILDING FINISHES (LOUVERS / CANOPIES / SIGNAGE / ETC.) [P1A] RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR UNIT BUILDOUTS [ P1A] RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR UNIT & LOBBY BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR UNIT BUILDOUTS [ P1A] RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 8TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR RETAIL AREA / WHITESPACE BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 10TH FLOOR UNIT BUILDOUTS [P1 A] RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR AMENITY SPACE BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - 11TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 12TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 13TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 14TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - 15TH FLOOR UNIT BUILDOUTS [P1A] RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR GARAGE BUILDOUT [P1 A] RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR GARAGE BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR GARAGE BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR GARAGE BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR GARAGE BUILDOUT [P1 A] RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR GARAGE BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR GARAGE BUILDOUT [P1 A] RESIDENTIAL BLDG. & GARAGE - SWITCH GEAR PROCUREMENT & DELIVERY [P1A] RESIDENTIAL BLDG. & GARAGE - GENERATOR ROOM BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - FIRE PUMP ROOM BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - DOMESTIC PUMP ROOM BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - FP&L ROOM BUILDOUT [P1A] RESIDENTIAL BLDG. & GARAGE - MAIN ELECTRICAL ROOM BUILDOUT [P1A] PAGE 2 of 5 PREPARED BY A.C.T. (877) 254-8460 1.7.4.CFINANCE PLAN Project Schedule Plan 231 I I I I I I I I I I I I I I I I II II I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I II I I I I I I I I I I II I I II I I I I I I II I I I I I II II D : □ a a o I I I I I I I □ c::::::J c:::::::::J D c:::::::::::J c::::::::::J c:::::::J c::::::::J c:::::::::J : c:::::::::J c:::::::::J c::::::::J c::::J : c::::::::J c::::::::J c:::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::J c::::::J c::::J c::::J c::::J c::::J c::::::::J c::::J c::::J c::::J c::::::J • c:::::::::J 72 Activity ID Activity Name Duration Start Finish P1A-5060 RESIDENTIAL BLDG. & GARAGE - POOL FINISHING [P1A]30 09-Aug-28 20-Sep-28 P1A-5070 RESIDENTIAL BLDG. & GARAGE - POOL DECK / PLANTERS [P1A]45 21-Sep-28 24-Nov-28 P1A-5100 RESIDENTIAL BLDG. & GARAGE - POOL DECK SPECIALTIES (CANOPIES / TRELLISES / ETC.) [P1A]30 27-Nov-28 09-Jan-29 ELEVATOR WORKELEVATOR WORKELEVATOR WORKELEVATOR WORKELEVATOR WORK P1A-5080 RESIDENTIAL BLDG. & GARAGE - ELEVATOR SHAFT REMEDIATION [P1A]15 25-Oct-28 15-Nov-28 P1A-5090 RESIDENTIAL BLDG. & GARAGE - ELEVATOR EQUIPMENT [P1A]40 08-Nov-28 08-Jan-29 P1A-5110 RESIDENTIAL BLDG. & GARAGE - ELEVATOR RAILS [P1A]60 01-Dec-28 26-Feb-29 P1A-5120 RESIDENTIAL BLDG. & GARAGE - ELEVATOR CABINETS [P1A]60 16-Jan-29 09-Apr-29 P1A-5130 RESIDENTIAL BLDG. & GARAGE - ELEVATOR FINISHES [P1A]40 13-Mar-29 07-May-29 TESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETION P1A-9000 RESIDENTIAL BLDG. & GARAGE - SUBCONTRACTOR PUNCHLIS T & CORRECTION [P1A]60 09-Mar-29 01-Jun-29 P1A-9010 RESIDENTIAL BLDG. & GARAGE - FINAL INSPECTIONS [P1A]45 06-Apr-29 08-Jun-29 P1A-9020 RESIDENTIAL BLDG. & GARAGE - SUBSTANTIAL COMPLETION [P1A]0 07-May-29 P1A-9030 RESIDENTIAL BLDG. & GARAGE - PREPARE & ISSUE TCO [P1A]15 11-Jun-29 29-Jun-29 P1A-9040 RESIDENTIAL BLDG. & GARAGE - FINAL COMPLETION [P1A]0 29-Jun-29 CIVIC BUILDING (5 STORIES)CIVIC BUILDING (5 STORIES)CIVIC BUILDING (5 STORIES)CIVIC BUILDING (5 STORIES)CIVIC BUILDING (5 STORIES) FOUNDATIONS & STRUCTUREFOUNDATIONS & STRUCTUREFOUNDATIONS & STRUCTUREFOUNDATIONS & STRUCTUREFOUNDATIONS & STRUCTURE PF-1000 CIVIC BLDG.- EARTHWORK / BUILDING PAD PREPARATION [P1]20 25-Oct-27 22-Nov-27 PF-1010 CIVIC BLDG.- PILES [P1]25 23-Nov-27 29-Dec-27 PF-1020 CIVIC BLDG.- FOUNDATIONS & FOOTINGS [P1]25 30-Dec-27 03-Feb-28 PF-1030 CIVIC BLDG.- 1ST LIFT VERTICALS [P1]15 28-Jan-28 17-Feb-28 PF-1040 CIVIC BLDG.- 2ND FLOOR ELEVATED SLAB & VERTICALS [P1]10 18-Feb-28 02-Mar-28 PF-1050 CIVIC BLDG.- 3RD FLOOR ELEVATED SLAB & VERTICALS [P1]10 03-Mar-28 16-Mar-28 PF-1060 CIVIC BLDG.- 4TH FLOOR ELEVATED SLAB & VERTICALS [P1]10 17-Mar-28 30-Mar-28 PF-1070 CIVIC BLDG.- 5TH FLOOR ELEVATED SLAB & VERTICALS [P1]10 31-Mar-28 13-Apr-28 PF-1190 CIVIC BLDG.- ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P1]10 14-Apr-28 27-Apr-28 PF-1090 CIVIC BLDG.- SLAB ON GRADE [P1]20 14-Apr-28 11-May-28 ROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKIN PF-2000 CIVIC BLDG.- CMU WALLS [P1]100 07-Apr-28 28-Aug-28 PF-2040 CIVIC BLDG.- ROOF WORK (ROOFING SYSTEM & MECHANICAL EQUIPMENT) [P1]60 12-May-28 07-Aug-28 PF-2010 CIVIC BLDG.- WINDOWS / STOREFRONTS [P1]70 05-Jun-28 12-Sep-28 PF-2020 CIVIC BLDG.- STUCCO EXTERIOR [P1]80 12-Jun-28 03-Oct-28 PF-2030 CIVIC BLDG.- PAINT EXTERIOR [P1]60 25-Jul-28 17-Oct-28 PF-2060 CIVIC BLDG.- EXTERIOR BUILDING FINISHES (LOUVERS / CANOPIES / SIGNAGE / ETC.) [P1]20 18-Oct-28 15-Nov-28 FLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTS PF-3010 CIVIC BLDG.- GROUND FLOOR INTERIOR BUILDOUT [P1]100 12-Jun-28 31-Oct-28 PF-3020 CIVIC BLDG.- 2ND FLOOR INTERIOR BUILDOUT [P1]100 03-Jul-28 22-Nov-28 PF-3030 CIVIC BLDG.- 3RD FLOOR UNIT BUILDOUTS [P1]100 25-Jul-28 14-Dec-28 PF-3040 CIVIC BLDG.- 4TH FLOOR UNIT BUILDOUTS [P1]100 15-Aug-28 08-Jan-29 PF-3050 CIVIC BLDG.- 5TH FLOOR UNIT BUILDOUTS [P1]100 06-Sep-28 29-Jan-29 UTILITY ROOMSUTILITY ROOMSUTILITY ROOMSUTILITY ROOMSUTILITY ROOMS PF-4000 CIVIC BLDG.- SWITCH GEAR PROCUREMENT & DELIVERY [P1 ]180 01-Jul-27 16-Mar-28 PF-4030 CIVIC BLDG.- GENERATOR ROOM BUILDOUT [P1]40 26-May-28 24-Jul-28 PF-4040 CIVIC BLDG.- FIRE PUMP ROOM BUILDOUT [P1]40 26-May-28 24-Jul-28 PF-4050 CIVIC BLDG.- DOMESTIC PUMP ROOM BUILDOUT [P1]40 26-May-28 24-Jul-28 PF-4020 CIVIC BLDG.- MAIN ELECTRICAL ROOM BUILDOUT [P1]60 26-May-28 21-Aug-28 PF-4010 CIVIC BLDG.- FP&L ROOM BUILDOUT [P1]80 26-May-28 19-Sep-28 ELEVATOR WORKELEVATOR WORKELEVATOR WORKELEVATOR WORKELEVATOR WORK PF-5000 CIVIC BLDG.- ELEVATOR SHAFT REMEDIATION [P1]10 08-Aug-28 21-Aug-28 PF-5010 CIVIC BLDG.- ELEVATOR EQUIPMENT [P1]20 22-Aug-28 19-Sep-28 PF-5020 CIVIC BLDG.- ELEVATOR RAILS [P1]20 20-Sep-28 17-Oct-28 PF-5030 CIVIC BLDG.- ELEVATOR CABINETS [P1]20 18-Oct-28 15-Nov-28 PF-5040 CIVIC BLDG.- ELEVATOR FINISHES [P1]15 16-Nov-28 07-Dec-28 TESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETION PF-9010 CIVIC BLDG.- SUBCONTRACTOR PUNCHLIST & CORRECTION [P1]30 08-Jan-29 19-Feb-29 J J J J J J J J J J J J J J J J J J J J J J J J A 2024 2025 2026 2027 2028 2029 2030 2031 2032 RESIDENTIAL BLDG. & GARAGE - POOL FINISHING [P1A] RESIDENTIAL BLDG. & GARAGE - POOL DECK / PLANTERS [P1A] RESIDENTIAL BLDG. & GARAGE - POOL DECK SPECIALTIES (CANOPIES / TRELLISES / ETC.) [P1A] RESIDENTIAL BLDG. & GARAGE - ELEVATOR SHAFT REMEDIATION [P1A] RESIDENTIAL BLDG. & GARAGE - ELEVATOR EQUIPMENT [P1A] RESIDENTIAL BLDG. & GARAGE - ELEVATOR RAILS [P1A] RESIDENTIAL BLDG. & GARAGE - ELEVATOR CABINETS [P1A] RESIDENTIAL BLDG. & GARAGE - ELEVATOR FINISHES [P1A] RESIDENTIAL BLDG. & GARAGE - SUBCONTRACTOR PUNCHLIS T & CORRECTION [P1A] RESIDENTIAL BLDG. & GARAGE - FINAL INSPECTIONS [P1A] RESIDENTIAL BLDG. & GARAGE - SUBSTANTIAL COMPLETION [P1A] RESIDENTIAL BLDG. & GARAGE - PREPARE & ISSUE TCO [P1A] RESIDENTIAL BLDG. & GARAGE - FINAL COMPLETION [P1A] CIVIC BLDG.- EARTHWORK / BUILDING PAD PREPARATION [P1] CIVIC BLDG.- PILES [P1] CIVIC BLDG.- FOUNDATIONS & FOOTINGS [P1] CIVIC BLDG.- 1ST LIFT VERTICALS [P1] CIVIC BLDG.- 2ND FLOOR ELEVATED SLAB & VERTICALS [P1] CIVIC BLDG.- 3RD FLOOR ELEVATED SLAB & VERTICALS [P1] CIVIC BLDG.- 4TH FLOOR ELEVATED SLAB & VERTICALS [P1] CIVIC BLDG.- 5TH FLOOR ELEVATED SLAB & VERTICALS [P1] CIVIC BLDG.- ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P1] CIVIC BLDG.- SLAB ON GRADE [P1] CIVIC BLDG.- CMU WALLS [P1] CIVIC BLDG.- ROOF WORK (ROOFING SYSTEM & MECHANICAL EQUIPMENT) [P1] CIVIC BLDG.- WINDOWS / STOREFRONTS [P1] CIVIC BLDG.- STUCCO EXTERIOR [P1] CIVIC BLDG.- PAINT EXTERIOR [P1] CIVIC BLDG.- EXTERIOR BUILDING FINISHES (LOUVERS / CANOPIES / SIGNAGE / ETC.) [P1] CIVIC BLDG.- GROUND FLOOR INTERIOR BUILDOUT [P1] CIVIC BLDG.- 2ND FLOOR INTERIOR BUILDOUT [P1] CIVIC BLDG.- 3RD FLOOR UNIT BUILDOUTS [P1] CIVIC BLDG.- 4TH FLOOR UNIT BUILDOUTS [P1] CIVIC BLDG.- 5TH FLOOR UNIT BUILDOUTS [P1] CIVIC BLDG.- SWITCH GEAR PROCUREMENT & DELIVERY [P1 ] CIVIC BLDG.- GENERATOR ROOM BUILDOUT [P1] CIVIC BLDG.- FIRE PUMP ROOM BUILDOUT [P1] CIVIC BLDG.- DOMESTIC PUMP ROOM BUILDOUT [P1] CIVIC BLDG.- MAIN ELECTRICAL ROOM BUILDOUT [P1] CIVIC BLDG.- FP&L ROOM BUILDOUT [P1] CIVIC BLDG.- ELEVATOR SHAFT REMEDIATION [P1] CIVIC BLDG.- ELEVATOR EQUIPMENT [P1] CIVIC BLDG.- ELEVATOR RAILS [P1] CIVIC BLDG.- ELEVATOR CABINETS [P1] CIVIC BLDG.- ELEVATOR FINISHES [P1] CIVIC BLDG.- SUBCONTRACTOR PUNCHLIST & CORRECTION [P1] PAGE 3 of 5 PREPARED BY A.C.T. (877) 254-8460 1.7.4.CFINANCE PLAN Project Schedule Plan 232 I I I I I I I I I I I I I I I I II II I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I II I I I I I I I I I I II I I II I I I I I I II I I I I I II II □ D □ □ D c::::J c::::J D c::::J D • □ • II □ □ □ □ D D D p D □ c::::::::J • c::::J c::::::J c::::::J c::::J □ c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J D D D c::::J c::::::::::J D □ □ □ □ I □ 73 Activity ID Activity Name Duration Start Finish PF-9020 CIVIC BLDG.- FINAL INSPECTIONS [P1]30 15-Jan-29 23-Feb-29 PF-9000 CIVIC BLDG.- SUBSTANTIAL COMPLETION [P1]0 29-Jan-29 PF-9030 CIVIC BLDG.- PREPARE & ISSUE TCO [P1]15 26-Feb-29 16-Mar-29 PF-9040 CIVIC BLDG.- FINAL COMPLETION [P1]0 16-Mar-29 PHASE 2 CONSTRUCTIONPHASE 2 CONSTRUCTIONPHASE 2 CONSTRUCTIONPHASE 2 CONSTRUCTIONPHASE 2 CONSTRUCTION MOBILIZATIONMOBILIZATIONMOBILIZATIONMOBILIZATIONMOBILIZATION MB-1030 CONTRACTOR MOBILIZATION 10 01-Oct-29 12-Oct-29 MB-1040 TEMPORARY UTILITIES / FACILITIES / CONSTRUCTION TRAILER 10 03-Oct-29 16-Oct-29 MB-1050 EXISTING SITE DEMOLITION 15 15-Oct-29 02-Nov-29 RESIDENTIAL BUILDING & GARAGE (15 STORIES)-1RESIDENTIAL BUILDING & GARAGE (15 STORIES)-1RESIDENTIAL BUILDING & GARAGE (15 STORIES)-1RESIDENTIAL BUILDING & GARAGE (15 STORIES)-1RESIDENTIAL BUILDING & GARAGE (15 STORIES)-1 RESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURERESIDENTIAL TOWER FOUNDATIONS & STRUCTURE P2-1000 RESIDENTIAL BLDG. & GARAGE - EARTHWORK / BUILDING PAD PREPARATION [P2]30 29-Oct-29 11-Dec-29 P2-1010 RESIDENTIAL TOWER - PILES [P2]20 28-Nov-29 26-Dec-29 P2-1020 RESIDENTIAL TOWER - FOUNDATIONS & FOOTINGS [P2]25 27-Dec-29 31-Jan-30 P2-1030 RESIDENTIAL TOWER - 1ST LIFT VERTICALS [P2]15 25-Jan-30 14-Feb-30 P2-1040 RESIDENTIAL TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P2]10 15-Feb-30 28-Feb-30 P2-1050 RESIDENTIAL TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P2]10 01-Mar-30 14-Mar-30 P2-1060 RESIDENTIAL TOWER - 4TH FLOOR ELEVATED SLAB & VERTI CALS [ P2]10 15-Mar-30 28-Mar-30 P2-1070 RESIDENTIAL TOWER - 5TH FLOOR ELEVATED SLAB & VERTI CALS [ P2]10 29-Mar-30 11-Apr-30 P2-1080 RESIDENTIAL TOWER - 6TH FLOOR ELEVATED SLAB & VERTI CALS [ P2]10 12-Apr-30 25-Apr-30 P2-1090 RESIDENTIAL TOWER - SLAB ON GRADE [P2]20 12-Apr-30 09-May-30 P2-1100 RESIDENTIAL TOWER - 7TH FLOOR ELEVATED SLAB & VERTI CALS [ P2]10 26-Apr-30 09-May-30 P2-1110 RESIDENTIAL TOWER - 8TH FLOOR ELEVATED SLAB & VERTI CALS [ P2]10 10-May-30 23-May-30 P2-1120 RESIDENTIAL TOWER - 9TH FLOOR ELEVATED SLAB & VERTI CALS [ P2]10 24-May-30 07-Jun-30 P2-1130 RESIDENTIAL TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 10-Jun-30 21-Jun-30 P2-1140 RESIDENTIAL TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 24-Jun-30 08-Jul-30 P2-1150 RESIDENTIAL TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 09-Jul-30 22-Jul-30 P2-1160 RESIDENTIAL TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 23-Jul-30 05-Aug-30 P2-1170 RESIDENTIAL TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 06-Aug-30 19-Aug-30 P2-1180 RESIDENTIAL TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 20-Aug-30 03-Sep-30 P2-1190 RESIDENTIAL TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P2]10 04-Sep-30 17-Sep-30 GARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTUREGARAGE TOWER FOUNDATIONS & STRUCTURE P2-1200 GARAGE TOWER - PILES [P2]20 27-Dec-29 24-Jan-30 P2-1210 GARAGE TOWER - FOUNDATIONS & FOOTINGS [P2]25 25-Jan-30 28-Feb-30 P2-1220 GARAGE TOWER - 1ST LIFT VERTICALS [P2]15 22-Feb-30 14-Mar-30 P2-1230 GARAGE TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P2]10 15-Mar-30 28-Mar-30 P2-1240 GARAGE TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P2]10 29-Mar-30 11-Apr-30 P2-1250 GARAGE TOWER - 4TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 12-Apr-30 25-Apr-30 P2-1260 GARAGE TOWER - 5TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 26-Apr-30 09-May-30 P2-1270 GARAGE TOWER - 6TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 10-May-30 23-May-30 P2-1280 GARAGE TOWER - SLAB ON GRADE [P2]20 10-May-30 07-Jun-30 P2-1290 GARAGE TOWER - 7TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 24-May-30 07-Jun-30 P2-1300 GARAGE TOWER - 8TH FLOOR ELEVATED SLAB & VERTICALS [P2]10 10-Jun-30 21-Jun-30 P2-1310 GARAGE TOWER - 9TH FLOOR ELEVATED SLAB & VERTICALS [P2]8 24-Jun-30 03-Jul-30 P2-1320 GARAGE TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P2]6 05-Jul-30 12-Jul-30 P2-1330 GARAGE TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P2]6 15-Jul-30 22-Jul-30 P2-1340 GARAGE TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P2]6 23-Jul-30 30-Jul-30 P2-1350 GARAGE TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P2]6 06-Aug-30 13-Aug-30 P2-1360 GARAGE TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P2]6 20-Aug-30 27-Aug-30 P2-1370 GARAGE TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P2]6 04-Sep-30 11-Sep-30 P2-1380 GARAGE TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P2]6 18-Sep-30 25-Sep-30 P2-1390 GARAGE TOWER - POOL STRUCTURE [P2]30 26-Sep-30 06-Nov-30 ROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKINROOF & EXTERIOR SKIN P2-2000 RESIDENTIAL BLDG. & GARAGE - CMU WALLS [P2]200 12-Apr-30 27-Jan-31 P2-2010 RESIDENTIAL BLDG. & GARAGE - WINDOWS / SLIDERS / STOREFRONTS [P2]160 26-Apr-30 12-Dec-30 J J J J J J J J J J J J J J J J J J J J J J J J A 2024 2025 2026 2027 2028 2029 2030 2031 2032 CIVIC BLDG.- FINAL INSPECTIONS [P1] CIVIC BLDG.- SUBSTANTIAL COMPLETION [P1] CIVIC BLDG.- PREPARE & ISSUE TCO [P1] CIVIC BLDG.- FINAL COMPLETION [P1] CONTRACTOR MOBILIZATION TEMPORARY UTILITIES / FACILITIES / CONSTRUCTION TRAILER EXISTING SITE DEMOLITION RESIDENTIAL BLDG. & GARAGE - EARTHWORK / BUILDING PAD PREPARATION [P2] RESIDENTIAL TOWER - PILES [P2] RESIDENTIAL TOWER - FOUNDATIONS & FOOTINGS [P2] RESIDENTIAL TOWER - 1ST LIFT VERTICALS [P2] RESIDENTIAL TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 4TH FLOOR ELEVATED SLAB & VERTI CALS [P2] RESIDENTIAL TOWER - 5TH FLOOR ELEVATED SLAB & VERTI CALS [P2] RESIDENTIAL TOWER - 6TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - SLAB ON GRADE [P2] RESIDENTIAL TOWER - 7TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 8TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 9TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P2] RESIDENTIAL TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P2] GARAGE TOWER - PILES [P2] GARAGE TOWER - FOUNDATIONS & FOOTINGS [P2] GARAGE TOWER - 1ST LIFT VERTICALS [P2] GARAGE TOWER - 2ND FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 3RD FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 4TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 5TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 6TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - SLAB ON GRADE [P2] GARAGE TOWER - 7TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 8TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 9TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 10TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 11TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 12TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 13TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 14TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - 15TH FLOOR ELEVATED SLAB & VERTICALS [P2] GARAGE TOWER - ROOF ELEVATED SLAB & ABOVE ROOF STRUCTURES [P2] GARAGE TOWER - POOL STRUCTURE [P2] RESIDENTIAL BLDG. & GARAGE - CMU WALLS [P2] RESIDENTIAL BLDG. & GARAGE - WINDOWS / SLIDERS / STOREFRONTS [P2] PAGE 4 of 5 PREPARED BY A.C.T. (877) 254-8460 1.7.4.CFINANCE PLAN Project Schedule Plan 233 □ □ □ □ a D D a □ □ □ □ D a D a a D a a D a □ a D D D a I 0 a D I I □ 74 Activity ID Activity Name Duration Start Finish P2-2020 RESIDENTIAL BLDG. & GARAGE - ROOF WORK (ROOFING SYSTEM & MECHANICAL EQUIPMENT) [P2]80 02-Oct-30 27-Jan-31 P2-2030 RESIDENTIAL BLDG. & GARAGE - STUCCO EXTERIOR [P2]160 16-Oct-30 03-Jun-31 P2-2040 RESIDENTIAL BLDG. & GARAGE - PAINT EXTERIOR [P2]160 06-Nov-30 24-Jun-31 P2-2050 RESIDENTIAL BLDG. & GARAGE - EXTERIOR RAILING SYSTEMS [P2]100 04-Feb-31 24-Jun-31 P2-2060 RESIDENTIAL BLDG. & GARAGE - EXTERIOR BUILDING FINISHES (LOUVERS / CANOPIES / SIGNAGE / ETC.) [P2]45 06-May-31 09-Jul-31 FLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTSFLOOR INTERIOR BUILDOUTS P2-3000 RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR UNIT BUILDOUTS [ P2]100 03-May-30 24-Sep-30 P2-3010 RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR UNIT & LOBBY BUILDOUT [P2]100 10-May-30 01-Oct-30 P2-3020 RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR UNIT BUILDOUTS [ P2]100 24-May-30 15-Oct-30 P2-3030 RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR UNIT BUILDOUTS [P2]100 17-Jun-30 05-Nov-30 P2-3040 RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR UNIT BUILDOUTS [P2]100 09-Jul-30 27-Nov-30 P2-3050 RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR UNIT BUILDOUTS [P2]100 30-Jul-30 19-Dec-30 P2-3060 RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR UNIT BUILDOUTS [P2]100 20-Aug-30 13-Jan-31 P2-3070 RESIDENTIAL BLDG. & GARAGE - 8TH FLOOR UNIT BUILDOUTS [P2]100 11-Sep-30 03-Feb-31 P2-3080 RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR RETAIL AREA / WHITESPACE BUILDOUT [P2]60 02-Oct-30 27-Dec-30 P2-3090 RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR UNIT BUILDOUTS [P2]115 02-Oct-30 17-Mar-31 P2-3100 RESIDENTIAL BLDG. & GARAGE - 10TH FLOOR UNIT BUILDOUTS [P2 ]115 23-Oct-30 07-Apr-31 P2-3110 RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR AMENITY SPACE BUILDOUT [P2]100 14-Nov-30 07-Apr-31 P2-3120 RESIDENTIAL BLDG. & GARAGE - 11TH FLOOR UNIT BUILDOUTS [P2]115 14-Nov-30 28-Apr-31 P2-3130 RESIDENTIAL BLDG. & GARAGE - 12TH FLOOR UNIT BUILDOUTS [P2 ]115 06-Dec-30 19-May-31 P2-3140 RESIDENTIAL BLDG. & GARAGE - 13TH FLOOR UNIT BUILDOUTS [P2 ]115 30-Dec-30 10-Jun-31 P2-3150 RESIDENTIAL BLDG. & GARAGE - 14TH FLOOR UNIT BUILDOUTS [P2 ]115 21-Jan-31 01-Jul-31 P2-3160 RESIDENTIAL BLDG. & GARAGE - 15TH FLOOR UNIT BUILDOUTS [P2 ]115 11-Feb-31 23-Jul-31 GARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTSGARAGE FLOOR BUILDOUTS P2-4000 RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR GARAGE BUILDOUT [P2]60 07-Nov-30 04-Feb-31 P2-4010 RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR GARAGE BUILDOUT [P2]60 22-Nov-30 18-Feb-31 P2-4020 RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR GARAGE BUILDOUT [P2]60 09-Dec-30 04-Mar-31 P2-4030 RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR GARAGE BUILDOUT [P2 ]60 23-Dec-30 18-Mar-31 P2-4040 RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR GARAGE BUILDOUT [P2 ]60 08-Jan-31 01-Apr-31 P2-4050 RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR GARAGE BUILDOUT [P2 ]60 22-Jan-31 15-Apr-31 P2-4060 RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR GARAGE BUILDOUT [P2 ]60 05-Feb-31 29-Apr-31 UTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSEUTILITY ROOMS / GARAGE BACK OF HOUSE P2-5000 RESIDENTIAL BLDG. & GARAGE - SWITCH GEAR PROCUREMENT & DELIVERY [P2]200 01-Oct-29 15-Jul-30 P2-5010 RESIDENTIAL BLDG. & GARAGE - GENERATOR ROOM BUILDOUT [P2]60 09-Jul-30 01-Oct-30 P2-5020 RESIDENTIAL BLDG. & GARAGE - FIRE PUMP ROOM BUILDOUT [P2]60 09-Jul-30 01-Oct-30 P2-5030 RESIDENTIAL BLDG. & GARAGE - DOMESTIC PUMP ROOM BUILDOUT [P2]60 09-Jul-30 01-Oct-30 P2-5040 RESIDENTIAL BLDG. & GARAGE - FP&L ROOM BUILDOUT [P2]80 09-Jul-30 29-Oct-30 P2-5050 RESIDENTIAL BLDG. & GARAGE - MAIN ELECTRICAL ROOM BUILDOUT [P2]100 16-Jul-30 05-Dec-30 POOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECKPOOL FINISHES & AMENITIES DECK P2-5060 RESIDENTIAL BLDG. & GARAGE - POOL FINISHING [P2]30 07-Nov-30 20-Dec-30 P2-5070 RESIDENTIAL BLDG. & GARAGE - POOL DECK / PLANTERS [P2]45 23-Dec-30 25-Feb-31 P2-5100 RESIDENTIAL BLDG. & GARAGE - POOL DECK SPECIALTIES (CANOPIES / TRELLISES / ETC.) [P2]30 26-Feb-31 08-Apr-31 ELEVATOR WORKELEVATOR WORKELEVATOR WORKELEVATOR WORKELEVATOR WORK P2-5080 RESIDENTIAL BLDG. & GARAGE - ELEVATOR SHAFT REMEDIATION [P2]15 28-Jan-31 17-Feb-31 P2-5090 RESIDENTIAL BLDG. & GARAGE - ELEVATOR EQUIPMENT [P2]40 11-Feb-31 07-Apr-31 P2-5110 RESIDENTIAL BLDG. & GARAGE - ELEVATOR RAILS [P2]60 04-Mar-31 27-May-31 P2-5120 RESIDENTIAL BLDG. & GARAGE - ELEVATOR CABINETS [P2]60 15-Apr-31 09-Jul-31 P2-5130 RESIDENTIAL BLDG. & GARAGE - ELEVATOR FINISHES [P2]40 11-Jun-31 06-Aug-31 TESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETIONTESTING & COMPLETION P2-9000 RESIDENTIAL BLDG. & GARAGE - SUBCONTRACTOR PUNCHLIS T & CORRECTION [P2]60 06-Jun-31 29-Aug-31 P2-9010 RESIDENTIAL BLDG. & GARAGE - FINAL INSPECTIONS [P2]45 08-Jul-31 09-Sep-31 P2-9020 RESIDENTIAL BLDG. & GARAGE - SUBSTANTIAL COMPLETION [P2]0 06-Aug-31 P2-9030 RESIDENTIAL BLDG. & GARAGE - PREPARE & ISSUE TCO [P2]15 10-Sep-31 30-Sep-31 P2-9040 RESIDENTIAL BLDG. & GARAGE - FINAL COMPLETION [P2]0 30-Sep-31 J J J J J J J J J J J J J J J J J J J J J J J J A 2024 2025 2026 2027 2028 2029 2030 2031 2032 RESIDENTIAL BLDG. & GARAGE - ROOF WORK (ROOFING SYSTEM & MECHANICAL EQUIPMENT) [P2] RESIDENTIAL BLDG. & GARAGE - STUCCO EXTERIOR [P2] RESIDENTIAL BLDG. & GARAGE - PAINT EXTERIOR [P2] RESIDENTIAL BLDG. & GARAGE - EXTERIOR RAILING SYSTEMS [P2] RESIDENTIAL BLDG. & GARAGE - EXTERIOR BUILDING FINISHES (LOUVERS / CANOPIES / SIGNAGE / ETC.) [P2] RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR UNIT BUILDOUTS [ P2] RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR UNIT & LOBBY BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 8TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR RETAIL AREA / WHITESPACE BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 10TH FLOOR UNIT BUILDOUTS [P2 ] RESIDENTIAL BLDG. & GARAGE - 9TH FLOOR AMENITY SPACE BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - 11TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 12TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - 13TH FLOOR UNIT BUILDOUTS [P2 ] RESIDENTIAL BLDG. & GARAGE - 14TH FLOOR UNIT BUILDOUTS [P2 ] RESIDENTIAL BLDG. & GARAGE - 15TH FLOOR UNIT BUILDOUTS [P2] RESIDENTIAL BLDG. & GARAGE - GROUND FLOOR GARAGE BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - 2ND FLOOR GARAGE BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - 3RD FLOOR GARAGE BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - 4TH FLOOR GARAGE BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - 5TH FLOOR GARAGE BUILDOUT [P2 ] RESIDENTIAL BLDG. & GARAGE - 6TH FLOOR GARAGE BUILDOUT [P2 ] RESIDENTIAL BLDG. & GARAGE - 7TH FLOOR GARAGE BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - SWITCH GEAR PROCUREMENT & DELIVERY [P2] RESIDENTIAL BLDG. & GARAGE - GENERATOR ROOM BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - FIRE PUMP ROOM BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - DOMESTIC PUMP ROOM BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - FP&L ROOM BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - MAIN ELECTRICAL ROOM BUILDOUT [P2] RESIDENTIAL BLDG. & GARAGE - POOL FINISHING [P2] RESIDENTIAL BLDG. & GARAGE - POOL DECK / PLANTERS [P2] RESIDENTIAL BLDG. & GARAGE - POOL DECK SPECIALTIES (CANOPIES / TRELLISES / ETC.) [P2] RESIDENTIAL BLDG. & GARAGE - ELEVATOR SHAFT REMEDIATION [P2] RESIDENTIAL BLDG. & GARAGE - ELEVATOR EQUIPMENT [P2] RESIDENTIAL BLDG. & GARAGE - ELEVATOR RAILS [P2] RESIDENTIAL BLDG. & GARAGE - ELEVATOR CABINETS [P2] RESIDENTIAL BLDG. & GARAGE - ELEVATOR FINISHES [P2] RESIDENTIAL BLDG. & GARAGE - SUBCONTRACTOR PUNCHLIS T & CORRECTION [P2] RESIDENTIAL BLDG. & GARAGE - FINAL INSPECTIONS [P2] RESIDENTIAL BLDG. & GARAGE - SUBSTANTIAL COMPLETION [P2] RESIDENTIAL BLDG. & GARAGE - PREPARE & ISSUE TCO [P2] RESIDENTIAL BLDG. & GARAGE - FINAL COMPLETION [P2] PAGE 5 of 5 PREPARED BY A.C.T. (877) 254-8460 1.7.4.CFINANCE PLAN Project Schedule Plan 234 I I I I I I I I I I I I I I I I II II I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I II I I I I I I I I I I II I I II I I I I I I II I I I I I II II c::::::::J c::::::::J CJ c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::::::J c::::J c::::J c::::J c::::J c::::J c::::J c::::J c::::J c::::J c::::J c::::::::J c::::::::J □ CJ □ □ D c::::J c::::J D c::::J CJ • □ • 75 1.7.4.DFINANCIAL PLAN | Proposal Form Package 235 SECTION3 PROPOSAL FORM PACKAGE As provided in the RFP, the following items must be attached to this Proposal: FORMS Form I -Proposal Form Package Acknowledgement Form 2 -Cost Recovery Agreement STATUS ✓ ✓ FORMl PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Request for Proposals, RFP No. CSM2024-08. I agree that my Proposal will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Proposal. I certify that all information contained in this Proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Proposal on behalf of the Firm named as the Proposing Finn and that said Finn is ready, willing, and able to perform if awarded the Agreement(s). I further certify, under oath, that this Proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Proposal; no officer, employee or agent of the City of South Miami or any other Proposer has an interest in said Proposal. Furthermore, I certify that the undersigned executed this Proposal Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Proposer acknowledges receipt of all Addenda issued by the City in connection with the RFP (Check the box next to each addendum received). ✓ Addendum 1 Addendum 6 ✓ Addendum 2 Addendum 7 Addendum 3 Addendum 8 Addendum4 Addendum 9 Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Proposal: Form 1. Form 2. Proposal Form Package Acknowledgement. Cost Recovery Agreement 76 1.7.4.DFINANCIAL PLAN | Proposal Form Package 236 FORMl PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) 13TH FLOOR LINK AT SOMI, LLC Arnaud Karsenti, Manager NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS 2850 Ti qertail Avenue , Suite 701 Miami, FL 33131 ~ 220-0460 TELEPHONE NUMBER State of Florida County of Miami-Dade The foregoing instrument was acknowledged before me by means of ~ physical presence or_ online notarization, this _CL__ day of Jv\ ~ , 20.IB.., by Arnaud Karsenti ______ (name of person) as Mana ger (type of authority) for 13th Floor Link at Sarn i, LLC (name of party on behalf of whom instrument is executed). )( Personally known to me; or • Notary Publlo State of Florida -. Amanda Leigh Pe ser Nota Commissioned) e as ___ Produced identification (Type of Identification: ____________ _ ___ ) ___ Did take an oath; or ___ Did not take an oath FORM2 COST RECOVERY AGREEMENT Proposer acknowledges and agrees that they shall submit a $25,000 cost recovery deposit with its proposal and that such cost recovery deposit is non-refundable. Proposer further acknowledges and agrees that, if selected for award by the City Commission, it shall be required to submit an additional cost recovery deposit in an amount to be determined by the City Manager, but in no event less than $250,000, to be applied to the City's costs incurred in connection with implementing the award. Such cost recovery deposit shall be due prior to negotiations and shall be replenished as necessary. IN WITNESS WHEREOF, the said 13th Floor Link at Somi LLC as Principal herein, has caused these presents to be signed in its name by its -"M,.,,ac,cn.,,,a,.,,g""e'--r __________________ _ _________ andattestedbyits ______________________ _ _________ under its corporate seal, has caused these presents to be signed in its name by its __ _ ________________________________ and attested in its name by its ____________________________ under its corporate seal, this ______ day of _____ , 20_. In the presence of: l ... ~G(.U--\ • ---- Print Nam Title: Manag er Principal/Firm: 13th Floor Link at Somi, LLC ACKNOWLEDGMENT State of Florida County of M,\(),.ffi\ -t>Me The foregoing instrument was acknowledged before me by means of il physical presence or D online notarization, this .tJ.... day of J V\ y , 20ft, by Arnaud Karsenti (name of person) as Manager (type of authority) for 13th Floor Link at Somi. LLqname of party on behalf of whom instrument is executed). 1_Personally known to me; or ..,. Notary Publlo State of Florida -Amanda Ltigh Peyser Nota Commissioned) 308 ___ Produced identification (Type ofldentification:. _____________ _ ___ Did take an oath; or ___ Did not take an oath 77 FINANCIAL PLAN 1.7.4.E Special Consideration ARNAUD KARSENTI MANAGING PRINCIPAL AARON STOLEAR PRESIDENT OF DEVELOPMENT REY MELENDI CHIEF OPERATIONS OFFICER SABRINA OCNER DESIGN COORDINATOR CHRISTINE PEREZ ASSET MANAGER DAVID BENHAMU PROJECT MANAGER JOHN LANERGAN VP OF CONSTRUCTION ALFREDO SANABRIA PROJECT MANAGER YAIR WAINBERG VICE PRESIDENT Arnaud Karsenti is the Managing Principal of 13th Floor Investments, a real estate investment and development firm based in Miami, Florida. Since inception, 13th Floor has acquired, developed, and managed over $5 billion in real estate assets. Today, the firm is mainly focused on mixed- use residential developments and expanding its homebuilding business, 13th Floor Homes. Our vertically integrated company harnesses a diverse array of in-house expertise across project management, asset management, financing, architecture, interior design, structural engineering, shell construction and accounting. With licensed professionals and a seasoned team, we ensure the seamless integration of design, construction and branding, enabling us to consistently deliver exceptional products efficiently Aaron Stolear leads 13th Floor Investments Public Private Partnership (P3) vertical. As part of his responsibilities, he oversees Link at Douglas. Prior to joining 13th Floor, Mr. Stolear worked in Project Management & Execution at ExxonMobil Development Company. There, he worked on multi-billion dollar infrastructure projects ranging from oil production facilities in Angola to a residential building campus in Iraq. Rey Melendi joined 13th Floor in 2012, and oversees the development, construction, and operational asset management of the Sponsor’s investments. Prior to 13th Floor, Mr. Melendi was the Director of REO at Rialto Capital Management LLC. At Rialto Capital Management LLC, he managed over $300 million in commercial and residential REO properties in the Pacific Northwest, Midwest and Eastern Seaboard. Sabrina Hohl joined 13th Floor Investments in March 2022 with over 10 years of experience in interior design. Mrs. Hohl graduated from the Florida International University with a Bachelor’s degree in Fine Arts, a Master’s degree in Interior Design, and a Certificate in Cruise Ship and Super Yacht Design. With over 20 years of experience in the field of interior design and construction, Melissa Tolmach is responsible for all creative aspects of 13th Floor Investment's developments, from concept, through design and construction, to opening day. Mrs. Tolmach oversees the overall look and feel of the developments including interior design and elevation character. David Benhamu has been a practicing architect for over 10 years for boutique private and large corporate developers. He has focused on high-rise residential and mixed-use buildings with a persistent curiosity to understand and drive complex real estate projects. Mr. Benhamu holds a dual Bachelor’s and Master’s degree in Architecture from Universidad Central de Venezuela and the Politecnico di Milano in Italy and is a licensed architect in the State of Florida. Christine Perez joined 13th Floor Investments in 2017. Ms. Perez graduated from the University of Florida with a Bachelor's Degree in Anthropology. John Lonergan joined 13th Floor Investments in 2017. Proir to joining 13th Floor, Mr. Lonergan worked as Director of Operations for Centerline Homes and Area Manager for Cal Atlantic Homes and Courchene Development Corporation. Alfredo Sanabria joined 13th Floor Investments in December 2021 with over 13 years of experience in construction management, construction oversight, and structural design experience. Mr. Sanabria graduated from Florida International University with a Bachelor of Science in Civil Engineering and a Master of Science in Structural Engineering from Columbia University. Alfredo is a licensed Civil Engineer in the state of California. Yair Wainberg joined 13FI in 2017 as Associate Vice President of Acquisitions. He was previously a Director at Property Markets Group in Miami, where he worked in acquisitions, deal structuring, and development finance in an array of multifamily and condominium residences in South Florida valued at over $1 billion. He holds an Industrial Engineering degree from Penn State and an MBA from Harvard Business School. MELISSA TOLMACH DESIGN DIRECTOR 237 78 FINANCIAL PLAN 1.7.4.E RJHA HISTORIC PRESERVATION ARCHITECT BASS LAW LAND USE ATTORNEY PROPOSER'S CONSULTANTS AND TEAM MEMBERS CORWIL ARCHITECT LANGAN CIVIL ENGINEER CIVIC GENERAL CONTRACTOR BOZZUTO PROPERTY MANAGER Special Consideration 238 LAN6AN LBOZZUTO 7979 1.7.5 COST RECOVERY 239 80 COST RECOVERY 1.7.5 COST RECOVERY 240 0 or -Fi ·-------- llr-<,S Clff Cl< '-S VCHO Wl':'HOll1 ,11, flLUE" .i. RED SAC ~t:Q~!J:i ilJ~ A •.~It rl;Jt\.l:AAK . 1-0.,ll I.JF• TO Tt-l F ~ 111.)HT TC-i."[Ttlf'"'I' d THANK YOU PROPOSAL TO CITY OF SOUTH MIAMI, RFP No CSM2024-08 SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT 13TH FLOOR LINK AT SOUTH MIAMI, LLC 2850 Tigertail Ave Suite 701, Miami, FL 33133 (786) 220-0460 CONTACT: REY MELENDI 786.693.7116 rmelendi@13fi.com241 Jul 30, 2024 12:55 pm Prepared by PFM Financial Advisors LLC Page 1 SOURCES AND USES OF FUNDS City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 30-Year General Obligation Bonds Dated Date 04/01/2025 Delivery Date 04/01/2025 Sources: Bond Proceeds: Par Amount 27,675,000.00 Premium 2,326,547.85 30,001,547.85 Uses: Project Fund Deposits: Project Fund 29,724,797.85 Delivery Date Expenses: Cost of Issuance 138,375.00 Underwriter's Discount 138,375.00 276,750.00 30,001,547.85 242 pfm Jul 30, 2024 12:55 pm Prepared by PFM Financial Advisors LLC Page 2 BOND DEBT SERVICE City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 30-Year General Obligation Bonds Period Debt Ending Principal Coupon Interest Service 09/30/2026 405,000 5.000% 1,373,625 1,778,625 09/30/2027 430,000 5.000% 1,352,750 1,782,750 09/30/2028 450,000 5.000% 1,330,750 1,780,750 09/30/2029 475,000 5.000% 1,307,625 1,782,625 09/30/2030 500,000 5.000% 1,283,250 1,783,250 09/30/2031 525,000 5.000% 1,257,625 1,782,625 09/30/2032 550,000 5.000% 1,230,750 1,780,750 09/30/2033 580,000 5.000% 1,202,500 1,782,500 09/30/2034 610,000 5.000% 1,172,750 1,782,750 09/30/2035 640,000 5.000% 1,141,500 1,781,500 09/30/2036 670,000 5.000% 1,108,750 1,778,750 09/30/2037 705,000 5.000% 1,074,375 1,779,375 09/30/2038 740,000 5.000% 1,038,250 1,778,250 09/30/2039 780,000 5.000% 1,000,250 1,780,250 09/30/2040 820,000 5.000% 960,250 1,780,250 09/30/2041 865,000 5.000% 918,125 1,783,125 09/30/2042 905,000 5.000% 873,875 1,778,875 09/30/2043 955,000 5.000% 827,375 1,782,375 09/30/2044 1,000,000 5.000% 778,500 1,778,500 09/30/2045 1,055,000 5.000% 727,125 1,782,125 09/30/2046 1,110,000 5.000% 673,000 1,783,000 09/30/2047 1,165,000 5.000% 616,125 1,781,125 09/30/2048 1,225,000 5.000% 556,375 1,781,375 09/30/2049 1,285,000 5.000% 493,625 1,778,625 09/30/2050 1,355,000 5.000% 427,625 1,782,625 09/30/2051 1,425,000 5.000% 358,125 1,783,125 09/30/2052 1,495,000 5.000% 285,125 1,780,125 09/30/2053 1,570,000 5.000% 208,500 1,778,500 09/30/2054 1,650,000 5.000% 128,000 1,778,000 09/30/2055 1,735,000 5.000% 43,375 1,778,375 27,675,000 25,749,875 53,424,875 243 pfm Jul 30, 2024 12:55 pm Prepared by PFM Financial Advisors LLC Page 3 BOND DEBT SERVICE City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 30-Year General Obligation Bonds Annual Period Debt Debt Ending Principal Coupon Interest Service Service 10/01/2025 405,000 5.000% 691,875 1,096,875 04/01/2026 681,750 681,750 09/30/2026 1,778,625 10/01/2026 430,000 5.000% 681,750 1,111,750 04/01/2027 671,000 671,000 09/30/2027 1,782,750 10/01/2027 450,000 5.000% 671,000 1,121,000 04/01/2028 659,750 659,750 09/30/2028 1,780,750 10/01/2028 475,000 5.000% 659,750 1,134,750 04/01/2029 647,875 647,875 09/30/2029 1,782,625 10/01/2029 500,000 5.000% 647,875 1,147,875 04/01/2030 635,375 635,375 09/30/2030 1,783,250 10/01/2030 525,000 5.000% 635,375 1,160,375 04/01/2031 622,250 622,250 09/30/2031 1,782,625 10/01/2031 550,000 5.000% 622,250 1,172,250 04/01/2032 608,500 608,500 09/30/2032 1,780,750 10/01/2032 580,000 5.000% 608,500 1,188,500 04/01/2033 594,000 594,000 09/30/2033 1,782,500 10/01/2033 610,000 5.000% 594,000 1,204,000 04/01/2034 578,750 578,750 09/30/2034 1,782,750 10/01/2034 640,000 5.000% 578,750 1,218,750 04/01/2035 562,750 562,750 09/30/2035 1,781,500 10/01/2035 670,000 5.000% 562,750 1,232,750 04/01/2036 546,000 546,000 09/30/2036 1,778,750 10/01/2036 705,000 5.000% 546,000 1,251,000 04/01/2037 528,375 528,375 09/30/2037 1,779,375 10/01/2037 740,000 5.000% 528,375 1,268,375 04/01/2038 509,875 509,875 09/30/2038 1,778,250 10/01/2038 780,000 5.000% 509,875 1,289,875 04/01/2039 490,375 490,375 09/30/2039 1,780,250 10/01/2039 820,000 5.000% 490,375 1,310,375 04/01/2040 469,875 469,875 09/30/2040 1,780,250 10/01/2040 865,000 5.000% 469,875 1,334,875 04/01/2041 448,250 448,250 09/30/2041 1,783,125 10/01/2041 905,000 5.000% 448,250 1,353,250 04/01/2042 425,625 425,625 09/30/2042 1,778,875 10/01/2042 955,000 5.000% 425,625 1,380,625 04/01/2043 401,750 401,750 09/30/2043 1,782,375 10/01/2043 1,000,000 5.000% 401,750 1,401,750 04/01/2044 376,750 376,750 09/30/2044 1,778,500 10/01/2044 1,055,000 5.000% 376,750 1,431,750 04/01/2045 350,375 350,375 09/30/2045 1,782,125 10/01/2045 1,110,000 5.000% 350,375 1,460,375 04/01/2046 322,625 322,625 09/30/2046 1,783,000 10/01/2046 1,165,000 5.000% 322,625 1,487,625 04/01/2047 293,500 293,500 09/30/2047 1,781,125 10/01/2047 1,225,000 5.000% 293,500 1,518,500 244 pfm Jul 30, 2024 12:55 pm Prepared by PFM Financial Advisors LLC Page 4 BOND DEBT SERVICE City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 30-Year General Obligation Bonds Annual Period Debt Debt Ending Principal Coupon Interest Service Service 04/01/2048 262,875 262,875 09/30/2048 1,781,375 10/01/2048 1,285,000 5.000% 262,875 1,547,875 04/01/2049 230,750 230,750 09/30/2049 1,778,625 10/01/2049 1,355,000 5.000% 230,750 1,585,750 04/01/2050 196,875 196,875 09/30/2050 1,782,625 10/01/2050 1,425,000 5.000% 196,875 1,621,875 04/01/2051 161,250 161,250 09/30/2051 1,783,125 10/01/2051 1,495,000 5.000% 161,250 1,656,250 04/01/2052 123,875 123,875 09/30/2052 1,780,125 10/01/2052 1,570,000 5.000% 123,875 1,693,875 04/01/2053 84,625 84,625 09/30/2053 1,778,500 10/01/2053 1,650,000 5.000% 84,625 1,734,625 04/01/2054 43,375 43,375 09/30/2054 1,778,000 10/01/2054 1,735,000 5.000% 43,375 1,778,375 09/30/2055 1,778,375 27,675,000 25,749,875 53,424,875 53,424,875 245 pfm Jul 30, 2024 12:59 pm Prepared by PFM Financial Advisors LLC Page 1 SOURCES AND USES OF FUNDS City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 35-Year General Obligation Bonds Dated Date 04/01/2025 Delivery Date 04/01/2025 Sources: Bond Proceeds: Par Amount 27,940,000.00 Premium 2,061,386.90 30,001,386.90 Uses: Project Fund Deposits: Project Fund 29,721,986.90 Delivery Date Expenses: Cost of Issuance 139,700.00 Underwriter's Discount 139,700.00 279,400.00 30,001,386.90 246 pfm Jul 30, 2024 12:59 pm Prepared by PFM Financial Advisors LLC Page 2 BOND DEBT SERVICE City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 35-Year General Obligation Bonds Period Debt Ending Principal Coupon Interest Service 09/30/2026 300,000 5.000% 1,389,500 1,689,500 09/30/2027 315,000 5.000% 1,374,125 1,689,125 09/30/2028 335,000 5.000% 1,357,875 1,692,875 09/30/2029 350,000 5.000% 1,340,750 1,690,750 09/30/2030 370,000 5.000% 1,322,750 1,692,750 09/30/2031 385,000 5.000% 1,303,875 1,688,875 09/30/2032 405,000 5.000% 1,284,125 1,689,125 09/30/2033 430,000 5.000% 1,263,250 1,693,250 09/30/2034 450,000 5.000% 1,241,250 1,691,250 09/30/2035 475,000 5.000% 1,218,125 1,693,125 09/30/2036 495,000 5.000% 1,193,875 1,688,875 09/30/2037 525,000 5.000% 1,168,375 1,693,375 09/30/2038 550,000 5.000% 1,141,500 1,691,500 09/30/2039 580,000 5.000% 1,113,250 1,693,250 09/30/2040 605,000 5.000% 1,083,625 1,688,625 09/30/2041 640,000 5.000% 1,052,500 1,692,500 09/30/2042 670,000 5.000% 1,019,750 1,689,750 09/30/2043 705,000 5.000% 985,375 1,690,375 09/30/2044 740,000 5.000% 949,250 1,689,250 09/30/2045 780,000 5.000% 911,250 1,691,250 09/30/2046 820,000 5.000% 871,250 1,691,250 09/30/2047 860,000 5.000% 829,250 1,689,250 09/30/2048 905,000 5.000% 785,125 1,690,125 09/30/2049 950,000 5.000% 738,750 1,688,750 09/30/2050 1,000,000 5.000% 690,000 1,690,000 09/30/2051 1,050,000 5.000% 638,750 1,688,750 09/30/2052 1,105,000 5.000% 584,875 1,689,875 09/30/2053 1,160,000 5.000% 528,250 1,688,250 09/30/2054 1,220,000 5.000% 468,750 1,688,750 09/30/2055 1,285,000 5.000% 406,125 1,691,125 09/30/2056 1,350,000 5.000% 340,250 1,690,250 09/30/2057 1,420,000 5.000% 271,000 1,691,000 09/30/2058 1,490,000 5.000% 198,250 1,688,250 09/30/2059 1,570,000 5.000% 121,750 1,691,750 09/30/2060 1,650,000 5.000% 41,250 1,691,250 27,940,000 31,228,000 59,168,000 247 pfm Jul 30, 2024 12:59 pm Prepared by PFM Financial Advisors LLC Page 3 BOND DEBT SERVICE City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 35-Year General Obligation Bonds Annual Period Debt Debt Ending Principal Coupon Interest Service Service 10/01/2025 300,000 5.000% 698,500 998,500 04/01/2026 691,000 691,000 09/30/2026 1,689,500 10/01/2026 315,000 5.000% 691,000 1,006,000 04/01/2027 683,125 683,125 09/30/2027 1,689,125 10/01/2027 335,000 5.000% 683,125 1,018,125 04/01/2028 674,750 674,750 09/30/2028 1,692,875 10/01/2028 350,000 5.000% 674,750 1,024,750 04/01/2029 666,000 666,000 09/30/2029 1,690,750 10/01/2029 370,000 5.000% 666,000 1,036,000 04/01/2030 656,750 656,750 09/30/2030 1,692,750 10/01/2030 385,000 5.000% 656,750 1,041,750 04/01/2031 647,125 647,125 09/30/2031 1,688,875 10/01/2031 405,000 5.000% 647,125 1,052,125 04/01/2032 637,000 637,000 09/30/2032 1,689,125 10/01/2032 430,000 5.000% 637,000 1,067,000 04/01/2033 626,250 626,250 09/30/2033 1,693,250 10/01/2033 450,000 5.000% 626,250 1,076,250 04/01/2034 615,000 615,000 09/30/2034 1,691,250 10/01/2034 475,000 5.000% 615,000 1,090,000 04/01/2035 603,125 603,125 09/30/2035 1,693,125 10/01/2035 495,000 5.000% 603,125 1,098,125 04/01/2036 590,750 590,750 09/30/2036 1,688,875 10/01/2036 525,000 5.000% 590,750 1,115,750 04/01/2037 577,625 577,625 09/30/2037 1,693,375 10/01/2037 550,000 5.000% 577,625 1,127,625 04/01/2038 563,875 563,875 09/30/2038 1,691,500 10/01/2038 580,000 5.000% 563,875 1,143,875 04/01/2039 549,375 549,375 09/30/2039 1,693,250 10/01/2039 605,000 5.000% 549,375 1,154,375 04/01/2040 534,250 534,250 09/30/2040 1,688,625 10/01/2040 640,000 5.000% 534,250 1,174,250 04/01/2041 518,250 518,250 09/30/2041 1,692,500 10/01/2041 670,000 5.000% 518,250 1,188,250 04/01/2042 501,500 501,500 09/30/2042 1,689,750 10/01/2042 705,000 5.000% 501,500 1,206,500 04/01/2043 483,875 483,875 09/30/2043 1,690,375 10/01/2043 740,000 5.000% 483,875 1,223,875 04/01/2044 465,375 465,375 09/30/2044 1,689,250 10/01/2044 780,000 5.000% 465,375 1,245,375 04/01/2045 445,875 445,875 09/30/2045 1,691,250 10/01/2045 820,000 5.000% 445,875 1,265,875 04/01/2046 425,375 425,375 09/30/2046 1,691,250 10/01/2046 860,000 5.000% 425,375 1,285,375 04/01/2047 403,875 403,875 09/30/2047 1,689,250 10/01/2047 905,000 5.000% 403,875 1,308,875 248 pfm Jul 30, 2024 12:59 pm Prepared by PFM Financial Advisors LLC Page 4 BOND DEBT SERVICE City of South Miami, Florida Series 2025 GO Preliminary Numbers -- Current Municipal Market Rates 35-Year General Obligation Bonds Annual Period Debt Debt Ending Principal Coupon Interest Service Service 04/01/2048 381,250 381,250 09/30/2048 1,690,125 10/01/2048 950,000 5.000% 381,250 1,331,250 04/01/2049 357,500 357,500 09/30/2049 1,688,750 10/01/2049 1,000,000 5.000% 357,500 1,357,500 04/01/2050 332,500 332,500 09/30/2050 1,690,000 10/01/2050 1,050,000 5.000% 332,500 1,382,500 04/01/2051 306,250 306,250 09/30/2051 1,688,750 10/01/2051 1,105,000 5.000% 306,250 1,411,250 04/01/2052 278,625 278,625 09/30/2052 1,689,875 10/01/2052 1,160,000 5.000% 278,625 1,438,625 04/01/2053 249,625 249,625 09/30/2053 1,688,250 10/01/2053 1,220,000 5.000% 249,625 1,469,625 04/01/2054 219,125 219,125 09/30/2054 1,688,750 10/01/2054 1,285,000 5.000% 219,125 1,504,125 04/01/2055 187,000 187,000 09/30/2055 1,691,125 10/01/2055 1,350,000 5.000% 187,000 1,537,000 04/01/2056 153,250 153,250 09/30/2056 1,690,250 10/01/2056 1,420,000 5.000% 153,250 1,573,250 04/01/2057 117,750 117,750 09/30/2057 1,691,000 10/01/2057 1,490,000 5.000% 117,750 1,607,750 04/01/2058 80,500 80,500 09/30/2058 1,688,250 10/01/2058 1,570,000 5.000% 80,500 1,650,500 04/01/2059 41,250 41,250 09/30/2059 1,691,750 10/01/2059 1,650,000 5.000% 41,250 1,691,250 09/30/2060 1,691,250 27,940,000 31,228,000 59,168,000 59,168,000 249 pfm Aug 5, 2024 3:15 pm Prepared by PFM Financial Advisors LLC Page 1 SOURCES AND USES OF FUNDS City of South Miami, Florida Series 2026_City Hall Dated Date 12/01/2026 Delivery Date 12/01/2026 Sources: Bond Proceeds: Par Amount 28,525,000.00 28,525,000.00 Uses: Project Fund Deposits: Project Fund 28,409,842.99 Delivery Date Expenses: Cost of Issuance 57,050.00 Underwriter's Discount 57,050.00 114,100.00 Other Uses of Funds: Additional Proceeds 1,057.01 28,525,000.00 250 Aug 5, 2024 3:15 pm Prepared by PFM Financial Advisors LLC Page 2 BOND SUMMARY STATISTICS City of South Miami, Florida Series 2026_City Hall Dated Date 12/01/2026 Delivery Date 12/01/2026 First Coupon 07/01/2027 Last Maturity 01/01/2057 Arbitrage Yield 4.999493% True Interest Cost (TIC) 5.016828% Net Interest Cost (NIC) 5.010426% All-In TIC 5.034216% Average Coupon 5.000000% Average Life (years) 19.183 Duration of Issue (years) 11.832 Par Amount 28,525,000.00 Bond Proceeds 28,525,000.00 Total Interest 27,359,104.17 Net Interest 27,416,154.17 Total Debt Service 55,884,104.17 Maximum Annual Debt Service 1,865,250.00 Average Annual Debt Service 1,857,643.35 Underwriter's Fees (per $1000) Average Takedown Other Fee 2.000000 Total Underwriter's Discount 2.000000 Bid Price 99.800000 Par Average Average PV of 1 bp Bond Component Value Price Coupon Life change Bond Component 28,525,000.00 100.000 5.000% 19.183 32,887.40 28,525,000.00 19.183 32,887.40 All-In Arbitrage TIC TIC Yield Par Value 28,525,000.00 28,525,000.00 28,525,000.00 + Accrued Interest + Premium (Discount) - Underwriter's Discount -57,050.00 -57,050.00 - Cost of Issuance Expense -57,050.00 - Other Amounts Target Value 28,467,950.00 28,410,900.00 28,525,000.00 Target Date 12/01/2026 12/01/2026 12/01/2026 Yield 5.016828% 5.034216% 4.999493% 251 Aug 5, 2024 3:15 pm Prepared by PFM Financial Advisors LLC Page 3 PROJECT FUND City of South Miami, Florida Series 2026_City Hall Project Fund Interest Scheduled Date Deposit @ 3% Principal Draws Balance 12/01/2026 28,409,842.99 28,409,842.99 12/28/2026 63,922.15 -63,922.15 28,473,765.14 01/31/2027 70,000.00 70,000 28,403,765.14 02/28/2027 70,000.00 70,000 28,333,765.14 03/31/2027 70,000.00 70,000 28,263,765.14 04/30/2027 70,000.00 70,000 28,193,765.14 05/31/2027 70,000.00 70,000 28,123,765.14 06/28/2027 424,545.64 -424,545.64 28,548,310.78 06/30/2027 70,000.00 70,000 28,478,310.78 07/31/2027 2,139,958.00 2,139,958 26,338,352.78 08/31/2027 716,958.00 716,958 25,621,394.78 09/30/2027 716,958.00 716,958 24,904,436.78 10/31/2027 716,958.00 716,958 24,187,478.78 11/30/2027 716,958.00 716,958 23,470,520.78 12/28/2027 383,645.36 -383,645.36 23,854,166.14 12/31/2027 716,958.00 716,958 23,137,208.14 01/31/2028 716,958.00 716,958 22,420,250.14 02/29/2028 716,958.00 716,958 21,703,292.14 03/31/2028 716,958.00 716,958 20,986,334.14 04/30/2028 716,958.00 716,958 20,269,376.14 05/31/2028 716,958.00 716,958 19,552,418.14 06/28/2028 321,068.39 -321,068.39 19,873,486.53 06/30/2028 716,958.00 716,958 19,156,528.53 07/31/2028 716,958.00 716,958 18,439,570.53 08/31/2028 716,958.00 716,958 17,722,612.53 09/30/2028 716,958.00 716,958 17,005,654.53 10/31/2028 716,958.00 716,958 16,288,696.53 11/30/2028 716,958.00 716,958 15,571,738.53 12/28/2028 261,358.20 -261,358.20 15,833,096.73 12/31/2028 716,958.00 716,958 15,116,138.73 01/31/2029 2,466,958.00 2,466,958 12,649,180.73 02/28/2029 2,466,958.00 2,466,958 10,182,222.73 03/31/2029 2,466,958.00 2,466,958 7,715,264.73 04/30/2029 2,616,958.00 2,616,958 5,098,306.73 05/31/2029 2,616,958.00 2,616,958 2,481,348.73 06/28/2029 135,609.27 2,481,348.73 2,616,958 28,409,842.99 1,590,149.01 28,409,842.99 29,999,992 Yield To Receipt Date: 2.9997917% Arbitrage Yield: 4.9994925% Value of Negative Arbitrage: 995,004.95 252 43 MASTER DEVELOPMENT PLAN 1.7.2.D.2 Common Area Approach 1.7.2-D.2 | Parking Program Parking Program The parking program for the LINK at SOMI development has been meticulously designed to optimize space utilization, minimize capital exposure for the City of South Miami, and ensure the viability of the project. This program leverages the different peak usage times of city operations and residential needs, allowing for an efficient and cost- effective parking solution. Daytime Parking Allocation During the daytime, parking spaces are allocated primarily to the city's operational needs. The parking plan provides spaces for city hall, police, and library staff, alongside designated retail and residential parking. In Phase I, a total of 340 spaces will be available on the structured parking garage and expected to be used as follows: Residential: 134 spaces Retail: 41 spaces City Use - City Hall: 90 spaces City Use - Police: 60 spaces City Use - Library: 15 spaces Post Phase II, the total number of daytime parking spaces will increase to 880, accommodating the expanded needs of both the city and the residential community: Residential: 610 spaces Retail: 105 spaces City Use - City Hall: 90 spaces City Use - Police: 60 spaces City Use - Library: 15 spaces Nighttime Parking Allocation At nighttime, the demand for city operational parking significantly decreases, allowing the same spaces to be utilized by residents. This dual-use strategy ensures that the parking infrastructure is maximally utilized, reducing the need for additional capital expenditure. Density Phase I Phase II Total Residential (Units)335 335 670 Retail (SF)8,195 19,651 27,846 Daytime Parking Phase I (Interim) Phase II (Final) Residential 134 610 Retail 41 105 City Use - City Hall 90 90 City Use - Police Station 60 60 City Use - Library 15 15 Total 340 880 Nighttime Parking Phase I (Interim) Phase II (Final) Residential 298 800 Retail 25 63 City Use - City Hall 9 9 City Use - Police Station 6 6 City Use - Library 2 2 Total 340 880 In Phase I, the nighttime allocation will be: Residential: 299 spaces Retail: 25 spaces City Use - City Hall: 9 spaces City Use - Police: 6 spaces City Use - Library: 1 space Following the completion of Phase II, the nighttime parking capacity will expand to 880 spaces, with the following distribution: Residential: 801 spaces Retail: 63 spaces City Use - City Hall: 9 spaces City Use - Police: 6 spaces City Use - Library: 1 space Rental Program To further streamline the program and support the City's financial sustainability, the City of South Miami will rent parking spaces from the development at the same terms as the residents. This means that the spaces allocated for city use during the day will not be permanently reserved but will be part of a shared pool that residents can use during nighttime hours. This approach ensures flexibility and maximizes the utility of each parking space, aligning with the principles of cost-efficiency and sustainability. Minimizing Capital Exposure The shared parking program is conceived with the primary objective of minimizing capital exposure for the City of South Miami. By implementing a flexible, shared-use parking strategy, the need for additional, dedicated parking facilities is significantly reduced. This not only lowers initial capital outlay but also ensures ongoing operational efficiency, making the program lean and viable. The shared parking model supports a dynamic and responsive infrastructure that adapts to the evolving needs of both the city and its residents, promoting a sustainable and economically prudent approach to urban development. 253 Date: August 12, 2024 To: Mr. Steven Kulick, CPM From: Lisa D’Andrea-Thompson, Capital Programs Director Miami-Dade County Public Library System Sohrab Shokraee, Assistant Division Chief Miami-Dade County Internal Services Department Subject: City of South Miami City Hall Redevelopment Project – Notes from Selection Committee Meeting held August 6, 2024 Please find comments below from Miami-Dade County as a follow-up for the meeting held August 6, 2024 by the Selection Committee for the City of South Miami City Hall Redevelopment Project regarding the proposal received from 13th Floor Investments: Comments and Questions: The proposal appears to meet the County’s specified square footage of 15,000 square feet for the new library. The proposal appears to meet the County’s specified library location with ground-floor frontage on Sunset Drive. We look forward to seeing additional detail on the layout of the Civic Building to determine if adjacencies are appropriate or functionalities are being met. The proposal did not contain details regarding the programmatic layout of the space and this information is needed to further comment. As commented by others during the meeting, the $30 million budget for the 70,000 square foot Civic Building seems low and additional detail on the quality and types of finishes being considered is needed. During the discussion related to the level of tenant buildout, it was unclear what level of completion the $30 million costs of the Civic Building included in terms of tenant buildout (i.e. grey or white shell, cool shell, etc.) and FF&E. In order to further analyze the Proposers financial model, to determine the feasibility of the conveyance of the library parcel an appraisal or sharing of an updated appraisal is needed. Further information on the financial model is needed to evaluate the values of the upfront rent, base rent and participation rent to vet the expenses and cashflows presented in the Proposal. The Proposal’s approach in completing the Civic Building in Phase 1 for the purpose of ensuring the existing government facilities can continue operations during construction is a favorable approach. 254 d MIAMI·· Memoran um [EiDiilJ The proposal provides a financial model that includes the initial construction and development costs. However, further detail of ongoing operational costs could provide additional insight into the long-term financial impact. A detailed analysis of the expected operational costs post-completion will help ensure the city can sustain the operation of these new facilities. On page 10 of the Proposal, there is an inconsistency in the number of floors of the Civic Building. Is the Civic Building 5 floors or 6 floors? On Page 5 of the Proposal showing a conceptual rendering of the Civic Building, we are trying to determine if the library space is two floors or is it a double-height space? Our review of the building renderings suggests the library’s full 15,000 square feet are in a single-story contiguous space. Please clarify. With the concept renderings showing an all-glass façade, it would be favorable to have overhangs, “low-e” glass, and/or shading elements to minimize glare and control direct sunlight with features that ensure comfort and energy efficiency within the Civic Building. A thorough assessment of the parking and ingress/egress needs specific to library operations is needed. The library is open to the public 6 days a week and open until 8 p.m. most nights. In summary, though much detail is missing, the Proposal contains a thoughtful approach to the site plan for the project and if the technical specifications provided by the library are met as plans are developed and the County is an active part of the design review and approval process at all milestones, the design presented would allow for the provision of excellent public services. Further, the County looks forward to receiving more detailed information from the Proposer to further vet and understand the financial model as well as clarification on the above mentioned items to provide substantive feedback to the selection committee. 255