Loading...
Contract with Kimley-Horn and Associates DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-001 12F6E4838 CITY CLERK OFFICE: RAFAEL GRANADO or LILIA CARDILLO DATE: 5/25/21 FROM : Valerie Velez/Jorge Gueimunde DEPARTMENT: PROCUREMENT EXTENSION : 7490 CONTRACT: RFQ-2020-008-ND- FACILITATION, COORDINATION & TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES CONTRACTOR: Kimley-Horn and Associates COMMISSION DATE: 2/12/2020 ITEM NUMBER: C7 K RESOLUTION : 2020-31163 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Contract no. 20-008-01 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND KIMLEY-HORN AND ASSOCIATES, INC. FOR FACILITATION, COORDINATION AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES NO. 2020-008-ND RESOLUTION NO. 2020-31163 1 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1 . DEFINITIONS 3 ARTICLE 2. BASIC SERVICES 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. (INTENTIONALLY OMITTED) 15 ARTICLE 5. ADDITIONAL SERVICES 15 ARTICLE 6. REIMBURSABLE EXPENSES. 16 ARTICLE 7. COMPENSATION FOR SERVICES 17 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 18 ARTICLE 10.TERMINATION OF AGREEMENT 19 ARTICLE 11 . INSURANCE 20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 22 ARTICLE 13. ERRORS AND OMISSIONS 22 ARTICLE 14. LIMITATION OF LIABILITY 23 ARTICLE 15. NOTICE 23 ARTICLE 16. FLORIDA PUBLIC RECORDS LAW 24 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 25 ARTICLE 18. MISCELLANEOUS PROVISIONS 27 SCHEDULES: SCHEDULE A — Scope of Services 34 SCHEDULE B — Hourly Billing Rates 36 SCHEDULE C — Consultant Service Order 37 2 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND KIMLEY-HORN AND ASSOCIATES, INC. FOR FACILITATION, COORDINATION AND TECHNICAL ASSISTANT SERVICES FOR THE UNDEGROUNDING OF UTILITES This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and KIMLEY-HORN AND ASSOCIATES, INC., a North Carolina corporation, having its local office at 355 Alhambra Circle, Suite 1400, Coral Gables FL, 33134 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the RFQ No. 2020-008-ND (the "RFQ") was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on March 18, 2020 the City Commission approved Resolution No. 2020- 31163, respectively, authorizing the City to enter into negotiations with KIMLEY-HORN AND ASSOCIATES, INC. and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ. NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 3 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in 4 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to the Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: 1. Media Relations Group 2. Waypoint Engineering 3. M.G. Vera & Associates 4. Universal Engineering CONSULTANT SERVICE ORDER: Consultant Service Order (CSO) shall mean any work order issued by the City to Contractor (in substantial form as in Schedule C attached hereto), that specifically describes and delineates the particular Additional Services which may be required of Consultant that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City Manager (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. The City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued 5 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 thereto), the Request For Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor' shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. PROJECT: The "Project" shall mean that certain City capital project described in the Scope of Services set forth in Schedule A hereto. Project Cost: The "Project Cost" shall mean the estimated total cost of the Project, as described in the Consultant Service Order(CSO) Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order (CSO). 6 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services Schedule B — Hourly Billing Rate Schedule Schedule C — Consultant Service Order SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in the Consultant Service Order (CSO). SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. The "Statement of Probable Construction Cost" shall comply with the classification system established by the Association for the Advancement of Cost Engineering (AACE) 56R-08 Cost Estimate Classification System — As Applied for the Building and General Construction Industries. Specific estimate classes will be developed based on the level of project definition and be defined in the CSO's. 7 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as more particularly described in the Consultant Service Order and Schedule A. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or its Designee. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in the Consultant Service Order. Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, bidding/award, studies, construction administration, and Additional Services (as may be approved), all as further described in the Scope of Services; and the Consultant Service Order and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's 8 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof. The term of this Agreement shalt have an initial term of three (3) years (Initial Term), with two (2) three (3) year renewal options, to be exercised at the City Manager's sole option and discretion, by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the Initial Term or any renewal terms, as applicable. The Initial T erm and any approved renewal terms shall be collectively referred to as the "Term". In the event that the Agreement is held over beyond the Term, it shall only be from a month to month basis only and shall not constitute an implied renewal of the Agreement. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Scope of Services. The Consultant may submit requests for an adjustment to the completion time for the Scope of Services, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative 9 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement any Consultant Service Orders (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's Services, breaches of this Agreement, and/or negligent acts, errors and/or omissions in the performance of the Services, which damages may include the costs incurred by the City with respect to replacement or repair of any defective or non-conforming construction Work until (i) twelve (12) months following final acceptance of the Work, or (ii) the applicable statute of limitations period, whichever is later. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any non- conforming and/or insufficient services which result from the Consultant's failure to perform in accordance with the above standards. The Project Administrator shall notify the Consultant, in writing, of any non-conforming and/or insufficient services and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for non-conforming and/or insufficient, defective services and any resulting non-conforming, insufficient, and/or defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 10 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a signed Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act .on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement(including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and any Consultant Service Orders, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under Schedule A and any Consultant Service Orders issued to Consultant by the City. If, during the course of performing work, services and/or tasks, Consultant determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in Schedule A (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 11 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. 12 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, 13 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 14 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 15 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. 5.3 Additional services may be requested by the City using a Consultant Service Order (CSO). For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a "Lump Sum" or "Not-to-Exceed" basis, based on the hourly billing rate schedule set forth in Schedule "B" hereto. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. Consultant Service Orders shall be executed in accordance with contract approval authority procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. 5.4 The City may add or remove neighborhoods attached hereto as Schedule A, as deemed necessary upon approval of the City Manager. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts, proof of payment by the Consultant, and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement. Reimbursable Expenses may include, but not be limited to, the following: • Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and 16 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 handling costs between the Consultant and its Subconsultants). • Costs for reproduction and preparation of graphics for community workshops. • Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City. The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order pursuant to Schedule C. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "B" attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not-to-Exceed" Reimbursable allowance amount set forth in Schedule B or in the applicable Consultant Service Order. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule B shall remain constant for the Initial Term of the Agreement. Ninety (90) days prior to expiration of the Initial Term, and ninety (90) days prior to expiration of each renewal term thereafter, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, provided, however, that in no event shall any annual increase exceed three percent (3%). In the event that the City Manager determines that the requested increase is unsubstantiated, the Consultant agrees to 17 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the City in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). 7.8 INVOICING: Upon receipt of an acceptable and approved invoice, payment(s) shall be made within thirty (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Account Payables Division: Payables@miamibeachfl.gov ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form within thirty (30) days of completion of the Services (or within thirty 18 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the 19 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 The Consultant shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. a. Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. 20 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 b. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. c. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. d. Professional Liability Insurance in an amount not less than $2,000,000 with the deductible per claim. Consultant shall notify the Project Administrator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability policy. 11.2 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. 11.3 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation — Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.6 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.com 11.7 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, 21 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Consultant of his liability and obligation under this section or under any other section of this agreement. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant or is subconsultants, and shall investigate all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall 22 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the total amount of compensation/fees due to Consultant for all Services under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: Department of Public Works 1700 Convention Center Drive, Miami Beach, FL 33139 Attn: Nelson Perez-Jacome, PE City Engineer Ph: 305-673-7080 Email: NelsonPerez-Jacome a(�miamibeachfl.gov With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina Hudak, City Manager Ph: 305.673.7000 ext. 26486 Email: AlinaHudak[c�miamibeachfl.com All written notices given to the Consultant from the City shall be addressed to: 23 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Kimley-Horn and Associates, Inc. 355 Alhambra Circle, Suite 1400 Coral Gables, FL 33134 Attn: Barton J. Fye, PE, ENV SP Ph: 305-535-7712 Email: barton.fye(c�kimlev-horn.com All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of"Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: a. Keep and maintain public records required by the City to perform the service; b. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; d. Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 24 DocuSign Envelope ID: 1 CBB3658-CEBC-4783-BE47-C0112F6E4838 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. 16.5 CIVIL ACTION. 16.5.1 If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided a written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. 16.5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOMIAMIBEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 17.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on 25 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 behalf of the City. 17.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 17.4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 17.5 The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3) years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: a. If this contract is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and b. The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. 17.6 The provisions in this section shall apply to the Consultant, its officers, agents, 26 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this contract. 17.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 18.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 18.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, 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 Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 27 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 18.5 LAWS AND REGULATIONS: 18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 18.5.2 Project Documents. In accordance with subsection (b)(1) of Section 119.071(3), Florida Statutes, entitled "Security and Firesafety," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 18.5.2.1 In addition to the requirements in this subsection 18.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 18.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 18.5.2.3. Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 18.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 18.5.3 E-Verifv 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the 28 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 Termination Rights. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.5.3.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 18.5.4 PURSUANT TO FLORIDA STATUTES SECTION 558.0035 PURSUANT TO FS 558.0035, EMPLOYEES OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE OCCURING WITHIN THE SCOPE OF THE AGREEMENT. 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen 29 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra 30 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.10 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.11 INTENT OF AGREEMENT: 18.11.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.11.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 18.11.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 31 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 18.11.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 32 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH 1-DocuSigned by: r n4 �FAB8BAOBFB5E4CF_. CITY CLERK MAYOR 5/25/2021 I 9:14 EDT Date Attest KIMLEY,HQRN AND ASSOCIATES, INC. Signature/Secretary SignJture/President Barton Fye, Assistant Secretary Kevin Schanen, Sr. Vice President Print Name Print Name May 21, 2021 Date APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 33 /11'i , C6L11[2-/ ity Attorney !.� '}'' ate 4� 1 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 SCHEDULE A SCOPE OF SERVICES Primarily, the consultant will act as the City's representative on the undergrounding projects to ensure that City's requirements and interests are assured on all projects. Anticipated work is expected to include, but not be limited to: planning, management and representation; project liaison services with citizens within project area(s), elected officials and staff; cost estimating; easement configurations; technical assistance (electrical, CATV, telecommunications) and coordination services; bid document preparation; contractor evaluation services; facilitation and coordination of project, and administration services; project as-builts; and any other required engineering or supplemental services, including but not limited to surveying, geotechnical and other related work. Consultant will quantify and identify the boundaries of the utilities requiring undergrounding. Consultant will Coordinate with neighborhood homeowner associations/residents/stakeholders in performing a complete overhead to underground conversion plan including mapping out the undergrounding boundaries and assisting in the voting process. Consultant will provide subject matter expertise on multidisciplinary design approaches inclusive, but not limited to: Land Surveying Utility Coordination Utility Locations /Assessment Easement Acquisition Public Information/Resident Coordination Civil Engineering Electrical Engineering Mechanical Engineering Geotechnical Engineering Landscape Architecture Construction Review/ Constructability Construction Administration Construction Inspection Services Environmental Consultant will act in the Capacity of Owner's Representative on various undergrounding projects as deemed appropriate by the City. Consultant will provide cost saving alternatives for each undergrounding project and assist in the acquisition of fee waivers and or grants as applicable. Consultant will identify and coordinate new utility corridors. Consultant will negotiate terms with utilities to protect the City's interests. Consultant will produce bidding documents and assist the City in the procurement process. Consultant will coordinate re-connection of services and removal of above ground abandoned 34 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 structures. Consultant will assist the City in the referendum process as deemed appropriate by the city. Any other services approved by the City. Consultant will provide engineering services specified herein to the neighborhoods listed below. The City may add or remove neighborhoods as deemed necessary upon approval of the City Manager. Allison Island North Orchard Park Atlantic Heights Ocean Drive Bayshore Normandy Isle & Shores Belle Island North Shore Biscayne Beach North Beach Biscayne Point Palm Island Central Bayshore Palm View Central Bayshore South Park View Island City Center South of Fifth Collins Park South Beach Collins Star Island Hibiscus Island Stillwater Middle Beach Sunset Islands I North Bay Sunset Islands II Nautilus Sunset Islands III Flamingo Neighborhood Sunset Islands IV Flamingo Park Sunset Harbor Indian Creek Parkway Town Center La Gorce Upper North Bay Road La Gorce Island Venetian Islands Lakeview West Avenue and Bay Road Lower North Bay Rd Washington Ave Lummus 35 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 SCHEDULE B HOULRY BILLING RATE CLASSIFICATION HOURLY RATE Administrative Assistant $ 80.00 CADD Designer $ 100.00 Chief Designer $ 150.00 Engineering Analyst 1 $ 110.00 Engineering Analyst 2 $ 135.00 Environmental Scientist $155.00 Environmental Specialist $ 110.00 Landscape Designer $ 100.00 Principal Engineer $ 255.00 Project Engineer $ 150.00 Project Landscape Architect $ 150.00 Secretary/Clerical $ 70.00 Senior Professional/Project Manager $ 195.00 Senior GIS Specialist $ 165.00 Senior Hydrogeologist $ 195.00 Technical Support $ 95.00 36 Docusign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 SCHEDULE C CONSULTANT SERVICE ORDER (CSO) Service Order No. for services describe herein. TO: Kimley-Horn &Associates, Inc. PROJECT NAME: DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for Facilitation, Coordination & Technical Services Assistance for the Undergrounding of Utilities (RFQ No. 2020-008- ND) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum or Not to Exceed amount of: $ Total Agreement to Date: $ Dept. Director Date Assistant City Manager Date Consultant Date City Manager Date 37 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 SAMPLE CONSULTANT COMPENSATION Schedule of Payments for Additional Services A. Tasks and deliverables as reflected on the Consultant Service Order(CSO): Task 1: $ Task 2: $ Task 3: $ B. Reimbursable Allowance (Not to Exceed): $ 38 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 RESOLUTION NO. 2020-31163 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2020-008-ND, FOR FACILITATION, COORDINATION, AND TECHNICAL ASSITANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KIMLEY-HORN AND ASSOCIATES, INC., AS THE TOP RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH STANTEC CONSULTING SERVICES, INC., AS THE SECOND RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH STANTEC CONSULTING SERVICES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KCI TECHNOLOGIES, INC., AS THE THIRD RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on October 16, 2019, the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) 2020-008-ND for Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities; and WHEREAS, on October 18, 2019, the RFQ 2020-008-ND for Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities (the "RFQ") was issued; and WHEREAS, a voluntary pre-proposal meeting was held on October 30, 2019; and WHEREAS, on December 6, 2019, the City received a total of 3 proposals; and WHEREAS, the Committee convened on January 9, 2020 to review and score the proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services and a copy of each proposal; and WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the evaluation process resulted in the ranking of proposers as follows: Kimley-Horn and Associates, Inc., as the top ranked proposer; Stantec Consulting Services, Inc., as the second ranked proposer; and KCI Technologies, Inc., as the third ranked proposer; and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and commentary, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to enter into DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 negotiations with Kimley-Horn and Associates, Inc., as the top ranked proposer; further, if the administration is not successful in negotiating an agreement with Kimley-Horn and Associates, Inc., authorizing the administration to enter into negotiations with Stantec Consulting Services, Inc., as the second ranked proposer; further, if the administration is not successful in negotiating an agreement with Stantec Consulting Services, Inc., authorizing the administration to enter into negotiations with KCI Technologies, Inc., as the third ranked proposer. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request For Qualifications No. 2020-008-ND for Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities, and authorize the Administration to enter into negotiations with Kimley-Horn and Associates, Inc., as the top ranked proposer; further, if the administration is not successful in negotiating an agreement with Kimley-Horn and Associates, Inc., authorizing the administration to enter into negotiations with Stantec Consulting Services, Inc., as the second ranked proposer; further, if the administration is not successful in negotiating an agreement with Stantec Consulting Services, Inc., authorizing the administration to enter into negotiations with KCI Technologies, Inc., as the third ranked proposer; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this !a day of Ft6ruG /L020. ATTEST: -4111.17.0001. fs2aLc f f RAF EL E. GRA ADO, CITY CLERK DAN GELBER, M ' -OR T:Vlgendat2020102 February\ProauernenfRFQ 2020-008-ND Undergrounding o!tJUIIties\RFQ-2020.008-ND-Resolution DRAFT.doc .......... t 'FOVED AS TO F'%;iM & LANGUAGE WO? ORATED &FOR EXECUTION Q�CF� Z 2 q 0 City Attorney / Date DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Resolutions -C7 K MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2020-008-ND, FACILITATION, COORDINATION, AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES. RECOMMENDATION Adopt the Resolution accepting the City Manager's recommendation. BACKGROUND/HISTORY The City has received several requests from neighborhoods to underground overhead utilities within sections of their boundaries. Each undergrounding project will be implemented when requested and approved by the neighborhood or section of neighborhood and at the neighborhood's expense. The City is seeking to retain a qualified consultant with undergrounding experience to act as its representative for these projects. By means of this RFQ the City is seeking to retain the services of a diverse, comprehensive, and multi-disciplined professional engineering consulting team to provide all services necessary relating to the Citys role in the undergrounding of utilities. ANALYSIS On October 16, 2019, the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) 2020-008-ND for Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities. Responses were due and received on December 6, 2019. The City received a total of three (3) proposals from the following firms: • KCI Technologies, Inc. • Kimley-Hom and Associates, Inc. • Stantec Consulting Services, Inc. The Evaluation Committee appointed by the City Manager convened on January 9, 2020, to consider proposals received. The Committee was comprised of Mariana Evora, Civil Engineer II, Public Works Department, City of Miami Beach; Margarita Kruyff, Assistant Director, Environment & Sustainability Department, City of Miami Beach; Giancarlo Pena, Civil Engineer Page 332 of 1185 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 II, Public Works Department, City of Miami Beach; and Mina Samadi, Senior Capital Projects Coordinator, The Office of Capital Improvement Projects, City of Miami Beach. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A, in the following order: 1st— Kimley-Hom and Associates, Inc. 2nd — Stantec Consulting Services, Inc. 3rd — KCI Technologies, Inc. A summary of each top-ranked firm follows: Kimley-Horn and Associates. Inc. Kimley-Horn and Associates, Inc. (Kimley-Hom) has been providing a wide variety of design services for municipal clients since its founding in 1967. For decades, Kimley-Hom has provided its local South Florida municipal clients with innovative ideas and services for their infrastructure needs. Its reputation as a problem solver and developer of implementable and constructible designs has made it the engineering consultant of choice for many communities in Miami-Dade, Broward, and Palm Beach counties. Kimley-Hom has delivered to these clients expected outcomes including but not limited to projects that can be successfully developed, permitted, and built on time and within budget. .tantec Consulting Services, Incl Stantec Consulting Services, Inc. (Stantec) founded in 1954 has a deep local knowledge and extensive experience in underground conversion projects in South Florida and across the nation. Stantec has successfully undergrounded hundreds of pole miles of utilities and has acquired thousands of easements in recent years. Hence, it is familiar with the unique aspects of undergrounding utilities for both utility companies and municipalities. It develops effective working relationships, to understand and articulate expectations, to provide adequate contingencies in both project budgets and scheduling, and to establish critical milestones and decision-making strategies. KCI Technologies, Inc. KCI Technologies, Inc. (KCI), established in 1995, currently provides professional services to the City of Miami Beach and has observed the City's efforts towards planning for future economic growth. KCI has played a vital role in the development of Florida's growing environmental infrastructure. KCI has completed and delivered undergrounding utility service to other agencies and municipalities throughout South Florida including but not limited to Sunny Isles Beach, City of Fort Lauderdale, and City of Sunrise. FINANCIAL INFORMATION The costs of the related services are subject to funds availability approved through the City's budgeting process. Grant funding will not be utilized for this project. CON Cr.U.SIQN Page 333 of 1185 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 After reviewing all of the submissions and the Evaluation Committee's rankings and commentary, I note that Kimley-Hom has received unanimous top-ranking by the Evaluation Committee. I concur with the Committee that Kimley-Hom and Associates, Inc. is the best qualified firm responding to the RFQ. Kimley-Horn has extensive experience with undergrounding projects in Southeast Florida, as it has provided these services to a number of communities including Delray Beach, the City of West Palm Beach, the City of Fort Lauderdale, the City of Lake Worth Beach, and Boynton Beach. The team it has developed includes firms that compliment Kimley-Hom's wide-ranging internal capabilities. Its diverse team includes a strong public relations company who specializes in public sector outreach/engagement campaigns and is dedicated to understanding the City's residents and their needs. Finally, this team is committed to overseeing the projects from beginning to end, ensuring the City's time and budget requirements are met. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Kimley-Hom and Associates, Inc., as the top ranked proposer; further, if the administration is not successful in negotiating an agreement with Kimley-Hom and Associates, Inc., authorizing the administration to enter into negotiations with Stantec Consulting Services, Inc., as the second ranked proposer; further, if the administration is not successful in negotiating an agreement with Stantec Consulting Services, Inc., authorizing the administration to enter into negotiations with KCI Technologies, Inc., as the third ranked proposer, and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. Applicable Area Citywide Is this a Resident Right to Does thisitem utilize G.O. Know item? Bond Funds? Yes No Legislative Tracking Public Works/Procurement ATTACHMENTS_ Description ❑ Attachment A Page 334 of 1185 NIL10WC OBOC1 c ch 1 'NOUVON3141t00321 ONVMV NV 31f11LLSN00ION 5300 ONINNVN IVNIA A1N0 93504210d AV1d510 110Ad a LU o e a wwnw'e ay'....�.•drq>•e� rrs LCL a • • a••IrTa ••••••••••••.••e•••N e • e a �r..arr1 a 0 uM ISur • WWII 1000.0•01 .1N1 141.101.11111111wrrgl U 007 Wr IIIIIegq e.r1111p...1M m M co L 9 i —60M— 0 oe z to 0 ' £e Z 99 o Vole Z _ £S o £9 C0 All 6uwr•uomum um I T~ r —I SB -- 0 Se t 19 0 LB I 06 0___,0 S6 L 06 0 06 'XI1'S V Pue woH4gwI U C Zl £ 09 0 S9 0 ZB 0 zB _ 0 £S 0 £S C, SL 0 SL "Dul'sartlaoIy5olj53 m W M$Ielol4J9 UA MRrp{•n0 moping •Mlr!WenO ••Re•IIrfO IIto nS •AIItVItOn0 0ArPniP7411 ry0 IrmoS W»O , OA PPPn0 _. Ob i Minot e it r SaA I<ft soApo1 oI1B+7661/ irEmans view E Fwd WIr> . jAruyl nue67ef VVOA3 euolnp 841 $8]UE14SS1f l�I tie! co co ma, am aNico-ceoz 0i m U Li VINBYYHOVUV 0 a 0 a) > 0 1.1.1 C _0) 0 o 0 0 0 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I , \M I BEACHProcurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2020-008-ND FACILITATION, COORDINATION, AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES (the"RFQ") November 14,2019 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. ATTACHMENTS. Exhibit A: Pre-Proposal Sign-in Sheet 2. RESPONSES TO QUESTIONS RECEIVED. Q1: Is there an estimated budget? Al: At the present time there is no estimated budget for the scope of this RFQ. The purpose of this RFQ is to select the best qualified (as determined by the City) consultant for the project. After selection the City and the selected consultant will negotiate scope, terms, and cost. Q2: Is there a sign-in sheet from the pre-bid meeting? A2: Please refer to Exhibit A, Pre-Proposal Sign-in Sheet. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGran ado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Pros ective Bidders"questionnaire with the reason(s)for not submitting a proposal. . 'nc rel, , Ale Denis 1 �- Pr ureme jimirector RFQ No.2020-008-ND Addendum#1 11/14/2019 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE4 7-001 12F6E4838 /v\ I A M I B E AC HProcurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre-Proposal Sign-in Sheet RFQ No. 2020-008-ND Addendum#1 11/14/2019 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEAC CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: October 30, 2019 TITLE: RFQ-2020-008-ND FACILITATION, COORDINATION, AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUDING OF UTILITIES ;,fid f" h.i," N i'(x�. s 'j a'fi .lM -.. ` �. d �' 4 Lt 'mt Y 'ign, �U M D✓ .�, rr er Y#< yJ Aga :ate 5, m Natalia Delgado Procurement - CMB 305-673-7000 nataliadelgado@miamibeachfl.gov Ext. 6263 K en 1 ev 1 am c' VQ-- ba(' /SSS z "# RA10/0.:,Iro� IT.n/1,k4 kk I. "tcv.3 sn,)iN "r. 9 — 39._°33-9 iftpfileCovP\- 1 � U 14 i-M. 3'111 / `K/A okz -nu 1�, `1 X6.361, 1645.� Ir k osk�( , M Ira moo, Cot 7AIVICAN) C°6161-11 11°-9i344: aSk T �' ,e • cwtt � �3 Cir IV�a�4C_ Nli�ChQ,� V ,ia,K. ► Q-SS6C,44-r,3" 5/. 785 v 4 3�0 `ti � MN1 i 4-e44 I . cow. 1 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMIBIEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: October 30, 2019 TITLE: RFQ-2020-008-ND FACILITATION, COORDINATION, AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUDING OF UTILITIES NAME COMPAN1' NA MP PIIONR# Signalut•e (PLEASE PION 1) E-MALI.ADDRESS -411 G ' 1e\ ON ems, p . NO CI I 542) (eexard ca C1 o r, o ' ej612'LM IrrYrotosfx-N cDn p--k-oNS.J . On I 1\.P.QLi2AG\r)4eMA gi IN ; on QJ \tlob 0 z„evv-ve..Jr-er 2 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEAC CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: October 30, 2019 TITLE: RFQ-2020-008-ND FACILITATION, COORDINATION, AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUDING OF UTILITIES NAME COMPANY NAME PIEON E#, Signature (PLEASE PRL 1) t E-MAIL. A1)1)ItESS Natalia Delgado Procurement - CMB 305-673-7000 nataliadelgado@miamibeachfl.gov Ext. 6263 44` N4-14-X=.1841 la/VIA CALA e,. 414/ 6r{q- R,rl 1 e, t"1 o,rr\ tokr-VoNn ,�1 - uM r k horn. KIR R 1A4 /AtV)A J oI t_ ��-NIA kk � `� 3 ‘A, 'veers. 9 g9—°33-9 4 1` .761(46i6fAldbioi&t-frivfecoh\- 4itoiktr6( .A1-6M. ?/(1 .� I 1kk .0,� `7 X6.36 16 4 Petkofky Q.wadc4-r;� c Avloso 0u/um. Ma-9q344: rel moo, eptg-teitA.Giaci-iec,covIA -awAktic) tNI; P1/4 °k; CONs\AA-utv to,CA(1\cice -%1-11g3 t/(467E7- (';(7 .74 co/ (�//,44, x• 747. e,t,, 3 36 Mabk_ Ve,r A-ssaci:A4-e,s qv/. 789 3*00 Lti b' miti; -�,�e,9 � � i4.1.:4 , . cower 1 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: October 30, 2019 TITLE: RFQ-2020-008-ND FACILITATION, COORDINATION, AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUDING OF UTILITIES NAME COMPANYNAME{, PHONE## Signature (P1,1\SIS; PRIM') } MAR ADDRESS C 1 Sl'\ 0411;1 OtMle, ,\k1 �, 1 Pi (Bf2Aay c:›� 1pr� l •sz..,r- ,Ntexanotaci - on s ' e'613j1/1 Ihonoson cDn p-hON-Q3 . r),em,kM t i-� 4001 2 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A PROPOSAL CERTIFICATION AND QUESTIONNAIRE APPENDIX B "NO BID" FORM APPENDIX C SPECIFICATIONS EXHIBITS: EXHIBIT 1 FRANCHISE UTILITIES UNDERGROUNDING PROCESS DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEAD- SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. Prospective Proposers that have obtained this solicitation in any manner other than via BidSync (www.bidsync.com) are advised that the City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any Prospective Proposer who has received this RFQ by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. There are several neighborhoods within the City that have expressed an interest in underground overhead utilities within sections of their boundaries. Each undergrounding project will need to be approved and funded by the respective neighborhood prior to commencement of undergrounding work. By means of this RFQ the City is seeking to retain the services of a diverse, comprehensive, and multi-disciplined professional engineering consulting team to assist the City administration with the referenced projects. Primarily the selected consultant will act as the City's representative on the undergrounding projects to ensure that City's requirements and interests are assured on all projects. Anticipated work is expected to include, but not be limited to: planning, management and representation; project liaison services with citizens within project area(s), elected officials and staff; cost estimating; easement configurations; technical assistance (electrical, CATV, telecommunications) and coordination services; bid document preparation; contractor evaluation services; facilitation and coordination of project, and administration services; project as-builts; and any other required engineering or supplemental services, including but not limited to surveying, geotechnical and other related work. The selected team must have a proven track record of success on projects/programs of this specific scope, from planning to implementation. THIS RFQ, AND ANY RESULTING CONTRACT, IS ISSUED AND GOVERNED BY SECTION 287.055, FLORIDA STATUTES 3. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued October 18, 2019 Pre-Proposal Meeting October 30, 2019 @ 2:00 p.m. ET Deadline for Receipt of Questions November 12, 2019 @ 5:00 p.m. ET Responses Due December 6, 2019 @ 3:00 p.m. ET Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 i'v'\ AMI BEACH ' 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email, Natalia Del•ado 305-673-7490 nataliadel•ado• miamibeachfl.'ov additionally, the City Clerk is to be coiled on all communications via e-mail at: RafaelGranado • miamibeachfl..ov; or via facsimile: 786-394-4188. The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0100-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. Any prospective proposer who has received this RFQ by any means other than through BidSync must register immediately with Public Purchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadoAmiamibeachfl.gov 8. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MiAMsBEACF ' capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 9. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 10. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). 11. DETERMINATION OF AWARD. The final ranking results of the evaluation process will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 12. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH SECTION 0200 GENERAL CONDITIONS 1.GENERAL DISCLAIMERS. ensuring that all applicable provisions of the City's Campaign Finance Reform a.The solicitation referenced herein is being furnished to the recipient by the laws are complied with, and shall be subject to any and all sanctions, as City of Miami Beach (the"City")for the recipient's convenience.Any action prescribed therein,including disqualification of their responses, in the event of taken by the City in response to Proposals made pursuant to this solicitation, such non-compliance. or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling 6.CODE OF BUSINESS ETHICS.Pursuant to City Resolution No.2000-37379, this solicitation,either before or after issuance of an award,shall be without the Proposer shall adopt a Code of Business Ethics("Code")and submit that any liability or obligation on the part of the City.In its sole discretion,the City Code to the Procurement Division with its response or within five(5)days upon may withdraw the solicitation either before or after receiving proposals,may receipt of request. The Code shall, at a minimum, require the Proposer, to accept or reject proposals,and may accept proposals which deviate from the comply with all applicable governmental rules and regulations including,among solicitation, as it deems appropriate and in its best interest. In its sole others,the conflict of interest,lobbying and ethics provision of the City of Miami discretion,the City may determine the qualifications and acceptability of any Beach and Miami Dade County. party or parties submitting Proposals in response to this solicitation. 7. AMERICANS WITH DISABILITIES ACT (ADA). Call 305-673-7490 to b.The information contained herein is provided solely for the convenience of request material in accessible format; sign language interpreters(five(5)days prospective Proposers. It is the responsibility of the recipient to assure itself in advance when possible), or information on access for persons with that information contained herein is accurate and complete.The City does disabilities. For more information on ADA compliance, please call the Public not provide any assurances as to the accuracy of any information in this Works Department,at 305-673-7000,Extension 2984. solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. 8. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS.The Proposers should rely exclusively on their own investigations,interpretations, City reserves the right to postpone the deadline for submittal of proposals and and analyses. The solicitation is being provided by the City without any will make a reasonable effort to give at least three (3) calendar days written warranty or representation,express or implied,as to its content,its accuracy, notice of any such postponement to all prospective Proposers through BidSync. or its completeness.No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected 9. PROTESTS. Proposers that are not selected may protest any for consideration,negotiation,or approval. recommendation for selection of award in accordance with the proceedings established pursuant to the City's bid protest procedures, as codified in c. Proposers are hereby advised that this solicitation is subject to the Sections 2-370 and 2-371 of the City Code(the City's Bid Protest Ordinance). following ordinances/resolutions,which may be found on the City Of Miami Protest not timely made pursuant to the requirements of the City's Bid Protest Beach website: Ordinance shall be barred. http:llweb.miamibeachfl.govlprocuremenUscroll.aspx?id=79113 •CONE OF SILENCE—SECTION 2-486 10.JOINT VENTURES I SINGLE PURPOSE ENTITY. Joint Ventures are not •PROTEST PROCEDURES—CODE SECTION 2-371 allowed. Proposals shall be submitted only by the prime contractor. Proposals -DEBARMENT PROCEEDINGS—SECTIONS 2-397 THROUGH 2-485.3 may, however, identify other sub-contractors or sub-consultants to the prime -LOBBYIST REGISTRATION AND DISCLOSURE OF FEES—SECTIONS 2- Proposer who may serve as team members. 481 THROUGH 2-406 •CAMPAIGN CONTRIBUTIONS BY VENDORS—SECTION 2-487 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City •CAMPAIGN CONTRIBUTIONS —SECTION 2-488 Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled •FALSE CLAIMS ORDINANCE—SECTION 70-300 by a veteran(s)or which is a service-disabled veteran business enterprise,and •ACCEPTANCE OF GIFTS,FAVORS&SERVICES—SECTION 2-449 which is within five percent (5%) of the lowest responsive, responsible proposer,by providing such proposer an opportunity of providing said goods or 2.PUBLIC ENTITY CRIME.A person or affiliate who has been placed on the contractual services for the lowest responsive proposal amount(or in this RFQ, convicted vendor list following a conviction for public entity crimes may not the highest proposal amount). Whenever, as a result of the foregoing submit a proposal on a contract to provide any goods or services to a public preference,the adjusted prices of two(2)or more proposers which are a small entity, may not submit a proposal on a contract with a public entity for the business concern owned and controlled by a veteran(s)or a service-disabled construction or repair of a public building or public work, may not submit a veteran business enterprise constitute the lowest proposal pursuant to an RFQ proposal on leases of real property to public entity, may not be awarded or or oral or written request for quotation, and such proposals are responsive, perform work as a contractor, supplier, sub-contractor, or consultant under a responsible and otherwise equal with respect to quality and service, then the contract with a public entity, and may not transact business with any public award shall be made to the service-disabled veteran business enterprise. entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on 12.AGREEMENT BY PROPOSERS.Any individual that submits a proposal in the convicted vendor list. response to this solicitation agrees to the following: Any action taken by the City in response to Proposals made pursuant to this 3.COMPLIANCE WITH THE CITY'S LOBBYIST LAWS.This RFQ is subject solicitation,or in making any award,or in failing or refusing to make any award to, and all Proposers are expected to be or become familiar with, all City pursuant to such Proposals, or in cancelling awards, or in withdrawing or lobbyist laws. Proposers shall be solely responsible for ensuring that all City cancelling this solicitation,either before or after issuance of an award,shall be lobbyist laws are complied with, and shall be subject to any and all sanctions, without any liability or obligation on the part of the City. as prescribed therein, including, without limitation, disqualification of their responses,in the event of such non-compliance. The City may,at its sole and absolute discretion,reject any and all,or parts of any and all,responses;re-advertise this RFQ;postpone or cancel,at any time, 4.DEBARMENT ORDINANCE:This RFQ is subject to, and all proposers are this RFQ process;or waive any irregularities in this RFQ,or in any responses expected to be or become familiar with, the City's Debarment Ordinance as received as a result of this RFQ. codified in Sections 2-397 through 2-406 of the City Code. Reasonable efforts will be made to either award the proposer the contract or 5.COMPLIANCE WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. reject all proposals within one-hundred twenty (120) calendar days after This RFQ is subject to,and all Proposers are expected to be or become familiar proposal opening date. In accordance with Section 47 below,a Proposer may with,the City's Campaign Finance Reform laws,as codified in Sections 2-487 withdraw its proposal after expiration of one hundred twenty (120) calendar through 2-490 of the City Code. Proposers shall be solely responsible for DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH days from the date of proposal opening, by delivering written notice of authorizations,or certifications required by applicable laws or regulations in full withdrawal to the Procurement Department. force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. 13. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals,or any work performed in connection Where Proposer is required to enter or go on to City of Miami Beach property to therewith, shall be the sole responsibility (and shall be at the sole cost and deliver materials or perform work or services as a result of any contract expense)of the Proposer,and shall not be reimbursed by the City. resulting from this solicitation,the Proposer will assume the full duty,obligation and expense of obtaining all necessary licenses, permits, and insurance, and 14. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers assure all work complies with all applicable laws. The Proposer shall be liable hereby acknowledge and agree, that the successful Proposer is considered to for any damages or loss to the City occasioned by negligence of the Proposer, be an independent contractor,and that neither the Proposer,nor the Proposer's or its officers,employees,contractors, and/or agents,for failure to comply with employees, agents, and/or contractors, shall, under any circumstances, be applicable laws. considered employees or agents of the City. 23.SPECIAL CONDITIONS.Any and all Special Conditions that may vary from 15. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter these General Terms and Conditions shall have precedence. 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be 24.NON-DISCRIMINATION.The Proposer certifies that it is in compliance with accompanied by a Material Safety Data Sheet(MSDS)which may be obtained the non-discrimination clause contained in Section 202,Executive Order 11246, from the manufacturer. as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color,religion,sex or national 16. ENVIRONMENTAL REGULATIONS. The City reserves the right to origin. In accordance with the City's Human Rights Ordinance, codified in consider a Proposer's history of citations and/or violations of environmental Chapter 62 of the City Code,Proposer shall prohibit discrimination by reason of regulations in investigating a Proposer's responsibility,and further reserves the race, color, national origin, religion, sex, intersexuality, gender identity, sexual right to declare a Proposer not responsible if the history of violations warrants orientation, disability, marital and familial status, age, ancestry, height,weight, such determination in the opinion of the City. Proposer shall submit with its domestic partner status, labor organization membership,familial situation,and proposal, a complete history of all citations and/or violations, notices and political affiliation. dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or 25. DEMONSTRATION OF COMPETENCY. The City may consider any violations.Proposer shall notify the City immediately of notice of any citation or evidence available regarding the financial, technical, and other qualifications violation which proposer may receive after the proposal opening date and and abilities of a Proposer, including past performance(experience)in making during the time of performance of any contract awarded to it. an award that is in the best interest of the City,including: A. Pre-award inspection of the Proposer's facility may be made prior to the 17.TAXES. The City of Miami Beach is exempt from all Federal Excise and award of contract. State taxes. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this 18. MISTAKES. Proposers are expected to examine the terms, conditions, solicitation. specifications, delivery schedules, proposed pricing, and all instructions C. Proposers must be able to demonstrate a good record of performance for pertaining to the goods and services relative to this RFQ. Failure to do so will a reasonable period of time, and have sufficient financial capacity, be at the Proposer's risk and may result in the Proposal being non-responsive. equipment,and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this 19. PAYMENT. Payment will be made by the City after the goods or services solicitation. have been received, inspected, and found to comply with contract, D. The terms "equipment and organization", as used herein shall, be specifications, free of damage or defect, and are properly invoiced. Invoices construed to mean a fully-equipped and well-established company in line must be consistent with Purchase Order format. with the best business practices in the industry,and as determined by the City. 20. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and E. The City may consider any evidence available regarding the financial, save harmless the City of Miami Beach, Florida, and its officers, employees, technical, and other qualifications and abilities of a Proposer, including contractors, and/or agents, from liability of any nature or kind, including cost past performance (experience), in making an award that is in the best and expenses for, or on account of, any copyrighted, patented, or unpatented interest of the City. invention, process, or article manufactured or used in the performance of the F. The City may require Proposer to show proof that it has been designated contract, including its use by the City of Miami Beach, Florida. If the Proposer as authorized representatives of a manufacturer or supplier,which is the uses any design, device or materials covered by letters, patent,or copyright, it actual source of supply. In these instances, the City may also require is mutually understood and agreed,without exception,that the proposal prices material information from the source of supply regarding the quality, shall include all royalties or cost arising from the use of such design,device,or packaging,and characteristics of the products to be supply to the City. materials in any way involved in the work. 26.ASSIGNMENT.The successful Proposer shall not assign,transfer,convey, 21. DEFAULT. Failure or refusal of the successful Proposer to execute a sublet or otherwise dispose of the contract, including any or all of its right,title contract following approval of such contract by the City Commission, or or interest therein, or his/her or its power to execute such contract, to any untimely withdrawal of a proposal response before such award is made and person,company or corporation,without the prior written consent of the City. approved, may result in a claim for damages by the City, and may be grounds for removing the Proposer from the City's vendor list. 27. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits,and inspection fees required to complete the work 22.MANNER OF PERFORMANCE.Proposer agrees to perform its duties and and shall comply with all applicable laws. obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of 28. OPTIONAL CONTRACT USAGE. When the successful Proposer is in knowledge or ignorance by the Proposer with/of applicable laws will in no way agreement,other units of government or non-profit agencies may participate in be a cause for relief from responsibility. Proposer agrees that the work and purchases pursuant to the award of this contract at the option of the unit of services provided shall be provided by employees that are educated, trained, government or non-profit agency. experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all 29.VOLUME OF WORK.To the extent applicable,it is the intent of the City to documentation, certification, authorization, license, permit, or registration purchase the goods and services specifically listed in this solicitation. However, currently required by applicable laws, rules, and regulations. Proposer further the City reserves the right to purchase any goods or services awarded from certifies that it and its employees will keep all licenses, permits, registrations, State or other governmental contracts, or on an as-needed basis through the DocuSign Envelope ID: 1 C88365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH City's spot market purchase provisions. shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening of 30.DISPUTES.In the event of a conflict between the documents,the order of Proposals without a contract award. Letters of withdrawal received after the priority of the documents shall be as follows: Proposal due date and before said expiration date, and letters of withdrawal A. Any contract or agreement resulting from the award of this solicitation; received after contract award will not be considered. then B. Addendum issued for this solicitation, with the latest Addendum taking 36.EXCEPTIONS TO RFQ.Proposers must clearly indicate any exceptions precedence;then they wish to take to any of the terms in this RFQ,and outline what,if any, C. The solicitation;then alternative is being offered. All exceptions and alternatives shall be D. The Proposer's proposal in response to the solicitation. included and clearly delineated,in writing,in the Proposal. The City,at its sole and absolute discretion, may accept or reject any or all exceptions 31.INDEMNIFICATION.The Proposer shall indemnify and hold harmless the and alternatives. In cases in which exceptions and alternatives are City and its officers,employees, agents and instrumentalities from any and all rejected,the City shall require the Proposer to comply with the particular liability, losses or damages, including attorney's fees and costs of defense, term and/or condition of the RFQ to which Proposer took exception to(as which the City or its officers,employees,agents or instrumentalities may incur said term and/or condition was originally set forth in the RFQ and any as a result of claims,demands,suits,causes of actions or proceedings of any exhibits or Addenda thereto). kind or nature arising out of,relating to or resulting from the performance of the agreement by the Proposer or its employees, agents, servants, partners, 37. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not principals or subcontractors. The Proposer shall pay all claims and losses in offer any gratuities, favors, or anything of monetary value to any official, connection therewith, and shall investigate and defend all claims, suits or employee, or agent of the City,for the purpose of influencing consideration of actions of any kind or nature in the name of the City, where applicable, this Proposal. Pursuant to Sec.2-449 of the City Code,no officer or employee including appellate proceedings, and shall pay all costs, judgments, and of the City shall accept any gift, favor or service that might reasonably tend attorney's fees which may be incurred thereon. The Proposer expressly improperly to influence him in the discharge of his official duties. understands and agrees that any insurance protection required by any agreement with the City or otherwise provided by the Proposer shall in no way 38. SUPPLEMENTAL INFORMATION. City reserves the right to request limit the responsibility to indemnify, keep and save harmless and defend the supplemental information from Proposers at any time during the RFQ City or its officers,employees,agents and instrumentalities as herein provided. solicitation process,unless otherwise noted herein. The above indemnification provisions shall survive the expiration or termination of this Agreement. Balance of Page Intentionally Left Blank 32.FLORIDA PUBLIC RECORDS LAW.Proposers are hereby notified that all Proposals induding, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes,and s.24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty(30) days after opening of the proposals, whichever is earlier. Additionally, Proposer agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law;(c)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law;(d)Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Proposer upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 33.OBSERVANCE OF LAWS.Proposers are expected to be familiar with,and comply with,all Federal,State, County,and City laws,ordinances,codes,rules and regulations,and all orders and decrees of bodies or tribunals having jurisdiction or authority which,in any manner, may affect the scope of services and/or project contemplated by this RFQ(including,without limitation, the Americans with Disabilities Act,Title VII of the Civil Rights Act,the EEOC Uniform Guidelines,and all EEO regulations and guidelines). Ignorance of the law(s)on the part of the Proposer will in no way relieve it from responsibility for compliance. 34.CONFLICT OF INTEREST.All Proposers must disclose,in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 35. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered.Proposals DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE PROPOSALS. Proposals are to be received on or before the due date established herein for the receipt of Proposals. Any Proposal received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. NON-RESPONSIVENESS. Failure to comply with the following requirements shall result in a determination of non-responsiveness. Non-responsive proposals will not be considered. 1. Failure to submit a signed copy of Appendix A. 4. OMITTED OR ADDITIONAL INFORMATION. With exception of the Proposal Certification Form (Appendix A-1) and the Cost/Revenue Proposal, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non- responsive. 5. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter & Questionnaire and Requirements Affidavit 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. The table of contents should indicate the tabs, sections with tabs and page numbers to facilitate the evaluation committee's review. 1.2 Proposal Certification Form (Appendix A-1). Failure to submit the Proposal Certification Form with the Proposal shall result in Proposal being deemed non-responsive. 11 1.3 Questionnaire & Requirements Affidavit (Appendix A-2). DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 TAB 2 Experience &Qualifications of Proposing Firm 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies, with emphasis on the following areas of expertise: • engineering or owner's representative services for the undergrounding of overhead utilities (to include the coordination, planning, facilitation, and technical assistance for complete undergrounding of telecommunication and electric utilities) The undergrounding component of the project may be part of a larger scope of work.; • the use of emerging practices relating to undergrounding of overhead utilities; For each project that the Proposer submits as evidence of similar experience for the firm and/or any principal, the following information is to be included: project description, proposer's role in the project (with specificity); agency name, agency contact, contact telephone & email, and year(s) and term of engagement. TAB 3 Experience & Qualifications Proposer's Team 3.1 Qualifications of Proposer Team. Provide an organizational chart of all the prime proposer's personnel, each team members' qualifications and the role that each team member will play in providing the services detailed herein. A resume of each individual, including education, licensure, relevant experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract with emphasis on the following areas of expertise: • engineering or owner's representative services for the undergrounding of overhead utilities (to include the coordination, planning, facilitation, and technical assistance for complete undergrounding of telecommunication and electric utilities) The undergrounding component of the project may be part of a larger scope of work.; • the use of emerging practices relating to undergrounding of overhead utilities; For each project submitted as evidence of experience for the team members, the following information is to be included: project description, proposer's role in the project (with specificity); agency name, agency contact, contact telephone&email, and year(s) and term of engagement. 3.2 Project/Account Manager. Submit the name of the project/account manager that shall be the primary representative to the City. Include a resume of the project/account manager, including education, licensure, relevant experience, and any other pertinent information, and why the proposer believes this individual is best suited to serve as project/account manager for this engagement. DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 TAB 4 A. .roach and Methodology Submit detailed information on the approach and methodology that the Proposer and its team has utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to, its approach and methodology to the following areas of work: • the undergrounding process as it relates to overhead utilities within a municipality, neighborhood, or corridor; • the use of thoroughfares as planned utility corridors and the progressive implementation of the corridors in a built-out urban environment; • coordination with utility owners to represent the city in the relocation of utilities within easements that conflict with existing or planned city utilities; coordination may also include technical assistance related to the modification and/or development of easement agreements; • facilitating the coordination/acquisition process; and • coordinating with residents, home owner associations and other stakeholders. Balance of Page Intentionally Left Blank DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 SECTION 0400 PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, may meet to evaluate each Proposal in accordance with the qualitative criteria set forth below. City staff will assign points for the quantitative criteria. It is important to note that the Evaluation Committee is advisory only and does not make an award recommendation to the City Manager or the City Commission. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. a. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFQ, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. b. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Qualitative Criteria. Responsive proposals shall be evaluated in accordance with the following criteria. Step 1 -Qualitative Criteria Maximum Points Prime Proposer's Experience and Qualifications 30 Proposing Team Experience and Qualifications 30 Approach and Methodology 40 TOTAL AVAILABLE STEP 1 POINTS 100 3. Quantitative Criteria. Following the results of the evaluation of the qualitative criteria by the Evaluation Committee, the Proposers may receive additional, to be added by City staff, as follows. Step 2-Quantitative Criteria Maximum Points Veterans Preference 5 Prime Proposer Volume of Work(0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than$250,000 5 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 TOTAL AVAILABLE STEP 2 POINTS 10 4. Determination of Final Ranking. The sum of qualitative and quantitative scores will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Step 1 Points 82 76 80 Committee Step 2 Points 22 15 12 Member 1 Total 104 91 92 Rank 1 3 2 Step 1 Points 79 85 72 Committee Step 2 Points 22 15 12 Member 2 Total 101 100 84 Rank 1 2 3 Step 1 Points 80 74 66 Committee Step 2 Points 22 15 12 Member 2 Total 102 89 78 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Rankin.* 1 2 3 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPENDIX A MIAMIBEACH Proposal Certification and Questionnaire & Requirements Affidavit RFQ No . 2020-008-ND FACILITATION , COORDINATION , AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPENDIX Al -PROPOSAL CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and executed. FAILURE TO SUBMIT THE PROPOSAL CERTIFICATION FORM WITH ITS PROPOSAL SHALL RESULT IN THE PROPOSAL BEING DEEMED NON-RESPONSIVE. Solicitation No: Solicitation Title: RFQ 2020-008-ND Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities Procurement Contact: Tel: Email: Natalia Delgado 305-673-7000, Ext. 26263 nataliadelgado@miamibeachfl.gov PROPOSER'S NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: • FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; that all responses, data and information contained in the proposal are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPENDIX A2 - QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address,4)Telephone, 5)Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non erformance by an c sector agency? YES public SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall attach its Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www,miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 • . - ..•..• , • , . ••. . •• ••. .• .. . . . .. . .• .. •e. health • • , ! •, . •• . . . ..• . • _ •. • •.• .. . • . •.. • • •-. • • • - • ..•..• ! ! . - . . • -• . .• .. • . .. . - -. • . .•• • portal,LCP Tracker(LCPTracker.net). • . . . „ YES NO 8. _ •. ., .. . . - - - .. •. e De— • ".••• . • 1. ••. ••• • •• • A. .. - •• et. et. • YE$ NO domestic partners of employees? 1 Y€S NO BENEFIT Fes-Provides-for Firm Provides for Firm-does-net Employees-with Employees with Provide-Benefit Spouses Health Sick Loavc Fang Medical Leave . Bereavement I eave • DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time,states that 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, proposal,or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies 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 in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: Proposer agrees to the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Failure to agree shall result in proposal disqualification. YES l NO 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality,gender identity,sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. Failure to agree shall result in proposal disqualification. YES NO 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to agree shall result in proposal disqualification. YES NO 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"),and which, among other things, (i)prohibits City contractors, as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Failure to agree shall result in proposal disqualification, YES I NO 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, bidsync.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPENDIX B miAmIBLA., ik H " No Bid " Form REQ No . 2020-008-ND FACILITATION , COORDINATION AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those vendors who have received notification of :this solicitation but have decided not to respond, to complete and submi. the attached "Statement of No Bid." The "Statement of No Bid" provide ,the City with information on how to improve the solicitation process `Failure to submit a "Statement of No Bid" may result in not being notifie of future solicitations by the City. DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to submit a proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do do not_ want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: NATALIA DELGADO PROPOSAL #2020-008-ND 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPENDIX C MIAMI BE AC kl Specifications RFQ No . 2020-008-ND FACILITATION , COORDINATION AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F-6E4838 Cl. Statement of Work Required. The City is seeking to retain a qualified consultant with undergrounding experience to assist neighborhoods in the undergrounding of telecommunication networks, electrical grid, and any other applicable overhead utility while providing cost saving alternatives. In order to consider a contract for these services, the City is seeking qualified firms of a diverse, comprehensive, and multi- disciplined professional engineering consulting team to facilitate, coordinate, and provide technical assistance for the undergrounding of utilities when requested and approved by a neighborhood. The intent of the City to select one applicant firm capable of providing the engineering services specified herein to the neighborhoods listed below. The City may add or remove neighborhoods as deemed necessary upon approval of the City Manager. 1. Allison Island North 24. Orchard Park 2. Atlantic Heights 25. Ocean Drive 3. Bayshore 26. Normandy Isle & Shores 4. Belle Island 27. North Shore 5. Biscayne Beach 28. North Beach 6. Biscayne Point 29. Palm Island 7. Central Bayshore 30. Palm View 8. Central Bayshore South 31. Park View Island 9. City Center 32. South of Fifth 10. Collins Park 33. South Beach 11. Collins 34. Star Island 12. Hibiscus Island 35. Stillwater 13. Middle Beach 36. Sunset Islands I 14. North Bay 37. Sunset Islands II 15. Nautilus 38. Sunset Islands III 16. Flamingo Neighborhood 39. Sunset Islands IV 17. Flamingo Park 40. Sunset Harbor 18. Indian Creek Parkway 41. Town Center 19. La Gorce 42. Upper North Bay Road 20. La Gorce Island 43. Venetian Islands 21. Lakeview 44. West Avenue and Bay Road 22. Lower North Bay Rd 45. Washington Ave 23. Lummus The City has an established Franchise Utilities Undergrounding Process that shall be followed and updated in accordance to actual needs. Please refer to Exhibit 1. C2. Specifications. • Consultant will quantify and identify the boundaries of the utilities requiring undergrounding. • Consultant will Coordinate with neighborhood homeowner associations/residents/stakeholders in performing a complete overhead to underground DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 conversion plan including mapping out the undergrounding boundaries and assisting in the voting process. • Consultant will provide subject matter expertise on multidisciplinary design approaches inclusive, but not limited to: Land Surveying Mechanical Engineering Utility Coordination Geotechnical Engineering Utility Locations/Assessment Landscape Architecture Easement Acquisition Construction Review/Constructability Public Information/Resident Coordination Construction Administration Civil Engineering Construction Inspection Services Electrical Engineering Environmental • Consultant will act in the Capacity of Owner's Representative on various undergrounding projects as deemed appropriate by the City. • Consultant will provide cost saving alternatives for each undergrounding project and assist in the acquisition of fee waivers and or grants as applicable. • Consultant will identify and coordinate new utility corridors. • Consultant will negotiate terms with utilities to protect the City's interests. • Consultant will produce bidding documents and assist the City in the procurement process. • Consultant will coordinate re-connection of services and removal of above ground abandoned structures. • Consultant will assist the City in the referendum process as deemed appropriate by the city. • Any other services approved by the City. C3. Special Conditions. 1. Term of Contract. It is expected that any resulting agreement shall be valid for a term of three (3) years from the effective date. The contract could be extended for an additional two (2), three (3) year terms, at the sole discretion of the City Manager. 2. Competitive Specifications. It is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. 3. Change of Project Manager. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 4. Sub-Consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 5. Licensure. Consultant shall hold an "Engineering Business" certification from State of Florida, Division of Business and Professional Regulations. Balance of Page Intentionally Left Blank DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 EXHIBIT 1 FRANCHISE UTILITIES UNDERGROUNDING PROCESS (Neighborhood Driven & Part of Neighborhood Improvement Project. 1. Neighborhood identifies the limits of their underground district and corduc's a preliminary petition to underground the franchise utilities within the limits of the underground district. 2, If petition is successful,Neighborhood proceeds to request from FP&L to underground their overhead lines and to provide a ballpark estimate and any other requirements.. 3. Neighborhood pays for FP&L,ATT,ABB efforts to prepare their designs and binding cost estimates, If Undergrounding of Franchise Unities is concurrent with the Neighborhood Improvement project,City will include the installation of the Utility Companies Conduits transformer pads,etc. in the Neighborhood Project, 4. Prepare Roadway Design(Franchise Utilities Conduits are installed within the right-of-way, usually under the road), 5. City provides road design drawings to FP&L for coordination of their design with all City utilities and overall roadway design). 6. FP&L prepares preliminary design and provides Binding Cost Estimate, 7. Coordination with neighborhood of FP&L equipment ocation(transformers,etc.) 8. FP&L provides Binding Cost Estimate. 9. FP&L design is provided to al utilities using the FP&L poles such as ATT and ABB. 10.Obtain Binding Cost Estimate from AT&T 11.Obtain Binding Cost Estimate from ABB, 12.Total Undergrounding Cost is developed and Funding Process(Special Assessment) begins. 13.Once the funding is identified, FPL,ABB and ATT agreements are received and taken to Commission for approval and full execution. 14. Payment to the three franchise utility companies. 15. Once the Neighborhood Improvement project is completed,the franchise utility companies will complete their scope towards undergrounding of all overhead lines, DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ DocuSign Envelope ID: 1CBB365B-CEBC-4783-BE47-C0112F6E4838 Florida Department of State DIVISION OF CORPORATIONS rate►1 _ 51.00brip Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information Document Number 821359 FEI/EIN Number 56-0885615 Date Filed 04/24/1968 State NC Status ACTIVE Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed:08/02/2016 Mailing Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed:08/02/2016 Registered Agent Name&Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed:05/14/2008 Address Changed:01/24/2017 Officer/Director Detail Name&Address Title President,Director Lefton, Steven E. 11400 Commerce Park Drive Suite 400 Reston,VA 20191 DocuSign Envelope ID: 1CBB365B-CEBC-4783-BE47-C0112F6E4838 Title VP, CFO Flanagan,Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP,Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP,Treasurer McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Atz,John C. 1920 Wekiva Way Suite 200 West Palm Beach, FL 33411 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 200 South Tryon Street Suite 200 Charlotte, NC 28202 Title Director Danielson, Paul B. 767 Eustis Street Suite 100 Saint Paul, MN 55114 Title Director Hall,James R. DocuSign Envelope ID: 1CBB365B-CEBC-4783-BE47-C0112F6E4838 13455 Noel Road Suite 700 Dallas,TX 75251 Title Director Montanye, Emmeline F. 817 West Peachtree Street NW,Suite 601 Atlanta,GA 30308 Title Director Peed, Brooks H. 445 24th Street Suite 200 Vero Beach, FL 32960 Title Director Schiller, Michael G. 7740 N 16th Street Suite 300 Phoenix,AZ 85020 Title Director Tribble,G. Bradbury 2201 West Royal Lane Suite 275 Irving,TX 75063 Title Officer Demeter, EC 445 24th Street Suite 200 Vero Beach, FL 32960 Title Director Goldman, David S. 12740 Gran Bay Parkway West Suite 2350 Jacksonville, FL 32258 Title Officer Rapp, Bryan T. 1920 Wekiva Way Suite 200 West Palm Beach, FL 33411 DocuSign Envelope ID: 1CBB3658-CEBC-4783-BE47-C0112F6E4838 Title VP Barnes, R. Russell, Ill 1920 Wekiva Way Suite 200 West Palm Beach, FL 33411 Title Director Dvorak,William E.,Jr. 111 West Jackson Boulevard Suite 1320 Chicago, IL 60604 Title Director Mutti, Brent H. 7740 N 16 Street Suite 300 Phoeniz, AZ 85020 Title VP Nadeau, Gary J. 1777 Main Street Suite 200 Sarasota, FL 34236 Title VP Thigpen, Jonathan D. 189 S Orange Avenue Suite 1000 Orlando, FL 32801 Title VP Mingonet, M. Scott 189 S Orange Avenue Suite 1000 Orlando, FL 32801 Annual Reports Report Year Filed Date 2018 03/15/2018 2019 04/27/2019 2019 11/25/2019 Document Images 11/25/2019--AMENDED ANNUAL REPORT View image in PDF format 04/27/2019--ANNUAL REPORT View image in PDF format DocuSign Envelope ID: 1CBB365B-CEBC-4783-BE47-CO112F6E4838 06/21/2018--AMENDED ANNUAL REPORT View image in PDF format 03/15/2018--ANNUAL REPORT View image in PDF format 04/28/2017--ANNUAL REPORT View image in PDF format 08/02/2016--AMENDED ANNUAL REPORT View image in PDF format 01/28/2016--ANNUAL REPORT View image in PDF format 09/09/2015--AMENDED ANNUAL REPORT View image in PDF format 04/15/2015--ANNUAL REPORT View image in PDF format 04/22/2014--ANNUAL REPORT View image in PDF format 01/14/2013--ANNUAL REPORT View image in PDF format 03/29/2012--ANNUAL REPORT View image in PDF format 02/17/2011--ANNUAL REPORT View image in PDF format 04/21/2010--ANNUAL REPORT View image in PDF format 04/30/2009--ANNUAL REPORT View image in PDF format 05/14/2008--ANNUAL REPORT View image in PDF format 04/12/2007--ANNUAL REPORT View image in PDF format 04/21/2006--ANNUAL REPORT View image in PDF format 06/02/2005--ANNUAL REPORT View image in PDF format 04/26/2004--ANNUAL REPORT View image in PDF format 04/30/2003--ANNUAL REPORT View image in PDF format 08/12/2002--Req.Agent Change View image in PDF format 05/08/2002--ANNUAL REPORT View image in PDF format 02/06/2001--ANNUAL REPORT View image in PDF format 03/02/2000--ANNUAL REPORT View image in PDF format 03/17/1999--ANNUAL REPORT View image in PDF format 02/12/1998--ANNUAL REPORT View image in PDF format 02/27/1997--ANNUAL REPORT View image in PDF format 03/05/1996--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMIBEACH YFacilitation, Coordination, and q+ ' Technical Assistance Services I, / for the Undergrounding of Utilities - V '` RFQ No. 2020-008-ND / 4011"i1/ re/ ,, 4---/ 4 • /, I //�//// •`"!►yip•: 4044'r ,L,N •. -44-. . .... 4 `-'-' - - i. !, ,,,iiti,;! - . . tr.-= 'fil t F i soh t, m • B j'1 �,EL •ME. - _ _ ilk w^?.`as "..:S • `� ti _ c • : r. -.,,_441101,,, —iiiri:i,p, ,, ' '�'®■®' 'x•e cam. �•*I ._- --�' � - X4. .. Pr. KimIey>>) Horn �. Expect More. Experience Better. ' DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No. 2020-008-ND Table of Contents Section Page TAB 1 -Cover Letter &Questionnaire and Requirements Affidavit 1-2 1.1 Cover Letter and Table of Contents 1-2 1.2 Proposal Certification Form (Appendix A-1) 1-4 1.3 Questionnaire&Requirements Affidavit (Appendix A-2) 1-5 Appendix A, Section 2: Conflict of Interest 1-9 Appendix A, Section 3: References& Past Performance 1-9 Appendix A, Section 5: Vendor Campaign Contributions 1-9 Appendix A, Section 6: Code of Business Ethics 1-9 Exceptions to RFQ 1-9 TAB 2 - Experience &Qualifications of Proposing Firm 2-1 2.1 Qualifications of Proposing Firm 2-1 TAB 3—Experience &Qualifications Proposer's Team 3-1 3.1 Qualifications of Proposer Team 3-1 3.2 Project/Account Manager 3-23 TAB 4 -Approach and Methodology 4-1 KimIey >> Horn L x)roc i Mora Exner!ence Better DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND I TAB 1 — Cover Letter & Questionnaire and Requirements Affidavit 1.1 Cover Letter and Table of Contents Kimley >> Horn City of Miami Beach Attn: Ms. Natalia Delgado Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Re: RFQ No.2020-008-ND Facilitation,Coordination,And Technical Assistance Services For The Undergrounding Of Utilities Dear Ms. Delgado and Members of the Selection Committee: We are excited for the opportunity to assist the residents and businesses of the City of Miami Beach strengthen the resiliency of their communities! The burial of - • - 1111 the overhead utilities is transformative for a community—both functionally and aesthetically. To execute these challenging projects, the City needs a consultant net team they can trust—one who listens, understands, and has the local talent umnimw Olt — and proven experience to plan, design, and execute utility undergrounding m • ill projects efficiently and cost-effectively. Kimley-Horn and Associates, Inc. i has enjoyed a successful working relationship with the City of Miami Beach .. - _ 111111111it and are looking forward to another opportunity to provide quality, cost-effective MIAMI BEACH solutions and effective management for the Facilitation, Coordination, and • Or i - r dr Technical Assistance Services for the Undergrounding of Utilities. We are best suited to serve as your consultant for this Contract for the following reasons: Extensive Experience. For decades, Kimley-Horn has provided its local South Florida municipal clients with innovative ideas and services for their infrastructure needs. Our reputation as problem solvers and developers of implementable and constructible designs has made us the engineering consultant of choice for many communities in Miami-Dade, Broward, and Palm Beach counties. We have extensive experience with undergrounding projects here in Southeast Florida and are excited about the opportunity to provide you with planning and design services similar to the Miami DDA Utility Undergrounding Feasibility Assessment and utility conversion programs we are designing and implementing locally such as the Town of Palm Beach and the Village of Key Biscayne. We've also provided successful undergrounding services as part of a larger streetscape improvement in a number of communities including Delray Beach, the City of West Palm Beach, the City of Fort Lauderdale, the City of Lake Worth Beach and Boynton Beach. Kimley-Horn has delivered outcomes that these clients expect—projects that can be successfully developed, permitted, and built on time and within budget. Proven Technical Approach.We have developed a team of trusted partners, both internally and externally, for this contract. Our team is ready to jump in and plan, design, and execute the City's undergrounding needs from beginning to end and meeting your time and budget requirements. Our subconsultant team is second to none and includes firms that offer services to complement our extensive internal capabilities. M.G.Vera &Associates will be engaged to provide surveying and subsurface utility locate services. Media Relations Group, who has extensive experience in providing public outreach in the City of Miami Beach and on utility undergrounding conversion for the Village of Key Biscayne, will provide public involvement and community relations services. We've also brought a specialty firm who we are currently working with in the Town of Palm Beach and Key Biscayne, Waypoint Engineering and Equipment, LLC. The firm is kimley-horn.com 355 Alhambra Circle, Suite 1400. Coral Gables. FL 33134 305 673 2025 IWPN36014.19w_Miami_Beach_Undergrounding.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMIBEACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Kimley>>>Horn led by a former FPL distribution engineer and has worked on a multitude of underground conversion projects in coastal communities in South Florida. In addition, Universal Engineering Sciences will provide geotechnical services. Our technical approach to this type of project is being actively implemented with much success in the Town of Palm Beach where the Town recently received news that FEMA is awarding $8.5 million to assist in the burying of their power lines. Experience like this has prepared us to develop individual project success strategies that is tailored to the specific needs of each community. Experience means we will employ successful strategies of past projects and incorporate lessons learned. We'll leverage our relationships with key personnel at each of the utility providers to facilitate the design and installation of the work. Kimley-Horn offers the City of Miami Beach the services that have been identified in the RFQ and the undergrounding experience to leverage those services effectively: • Land Surveying • Mechanical Engineering • Utility Coordination • Geotechnical Engineering • Utility Locations/Assessment • Landscape Architecture • Easement Acquisition • Construction Review/Constructability • Public Information/Resident Coordination • Construction Administration • Civil Engineering • Construction Inspection Services • Electrical Engineering • Environmental A Commitment to Success.With Kimley-Horn, the City of Miami Beach gets a group of professionals dedicated to the success of each project 4th St-Michigan Ave t' they are assigned and who genuinely look forward to collaborating with the communities and residents we serve. From our many years of local experience and successes, our knowledge of the underground conversion 'f process, and the backing of our nationwide resources we will develop a partnership with your staff to plan and implement each underground • 4111 41, conversion project while considering the needs of the community, s',; ti . I 1 t� overcoming the constraints that exist, and responding adeptly to change { • ) • as it will inevitably come. Before We will serve this contract from our local office and can be contacted using the information below: Barton J. Fye, PE, ENV SP Kimley-Horn I 355 Alhambra Circle, Suite 1400, Coral Gables, FL 33134 Direct: 305.535.7712 I Mobile: 305.431.4900 •We appreciate the opportunity to work with you and look forward to our . . l IIs* continued relationship! -- After . Sincerely, KIMLE(-HORN Air fr Ke in chanen, P.E. Barton Fye, P.E., ENV SP Principal-in-Charge Project Manager kevin.schanen@kim!ey-horn.com barton.fye@kimley-horn.com kimley-horn.com 355 Alhambra Circle, Suite 1400, Coral Gables, FL 33134 305 673 2025 IWPN36014.19w_Miami_Beach_Undergrounding.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPENDIX Al -PROPOSAL CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and executed. FAILURE TO SUBMIT THE PROPOSAL CERTIFICATION FORM WITH ITS PROPOSAL SHALL RESULT IN THE PROPOSAL BEING DEEMED NON-RESPONSIVE. Solicitation No: Solicitation Title: RFQ 2020-008-ND Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities Procurement Contact: Tel: Email: Natalia Delgado 305-673-7000, Ext. 26263 nataliadelgado@miamibeachfl.gov PROPOSERS NAME: Kimley-Horn and Associates, Inc. NO.OF YEARS IN BUSINESS: 52 Years NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 36 Years 4.172 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS):421 Fayetteville Street, Suite 600 CITY: Raleigh STATE: North Carolina ZIP CODE:27601 TELEPHONE NO.: 919-677-2000 TOLL FREE NO.:NIA FAX NO.:561-863-8175 FIRM LOCAL ADDRESS: 355 Alhambra Circle, Suite 1400 CITY: Coral Gables STATE: Florida ZIP CODE: 33134 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Barton Fye, P.E., ENV SP ACCOUNT REP TELEPHONE NO.: 305_535_7712 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: barton.fye@kimley-horn.com FEDERAL TAX IDENTIFICATION NO.:56-0885615 Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; that all responses, data and information contained in the proposal are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: KeviVS9 - P.E. Senior Vice President Signature of Proposer's Authorized Representative: Date: December 3, 2019 G Page 1-4 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 APPENDIX A2 -QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated.Attach any requested information. Name of Proposer's Authorized Representativ Title of Proposer's Authorized Representative: Kevin Schanen, P.E. Senior Vice President Signature of Proposer's Authorized Represen. t e• ./( Date: December 3, 2019 1. Veteran Owned Busines Is Pro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict of Interest.All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%) percent or more in the Proposer entity or any of its affiliates Please see attached sheet following this form 3. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone, 5)Contact's Email and 6)Narrative on Scope of Services Provided. Please see attached sheet following this form 4. Suspension, Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by an •ublic sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please see attached sheet following this form 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall attach its Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ Please see attached Code of Ethics document following this form Page 1-5 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 7. Living Wage. Pursuant to Section 2 408 of the City of Miami Beach Code, as same may be amended from time to time, covered 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health ee •. the Consumer Price Index for all Urban Consumers(CPI U)Miami/Ft. Lauderdale, icued by the U.S. Department of Labor's Bureau 1 • . • . • .. • 0 •. same(in a particular year). . ' • •.•• portal,LCP Tracker(LCPTracker.net). SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure to agree shall result in YES NO 8. _ .. •• , . -- - - - 11,111 . . . .. •- •• • .•.•. ' ••••• • . .. ,I. ',— with with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO P. .. .. eeee .• • domestic partners of employees? YES NO benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm-Provides-for Firm Provides for Firm-does-not Employees-with Employees-with Provide Benefit Spouses Domestic Partners Health Sick Leave Fam 0ledical-Leave Bereavement-Leave eave his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits Page 1-6 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that 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,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, proposals,or replies 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 in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: Proposer agrees to the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Failure to agree shall result in roposal disqualification. X YES NO 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. Failure to agree shall result in proposal disqualification. X YES NO 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to agree shall result in proposal disqualification. X YES NO 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"),and which,among other things,(i)prohibits City contractors,as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Failure to agree shall result in proposal disqualification. X YES NO 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, bidsync.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt BF Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 Page 1-7 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I A M I B AC HProcurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2020-008-ND FACILITATION, COORDINATION, AND TECHNICAL ASSISTANCE SERVICES FOR THE UNDERGROUNDING OF UTILITIES (the "RFQ") November 14, 2019 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. ATTACHMENTS. Exhibit A: Pre-Proposal Sign-in Sheet 2. RESPONSES TO QUESTIONS RECEIVED, Q1: Is there an estimated budget? Al: At the present time there is no estimated budget for the scope of this RFQ. The purpose of this RFQ is to select the best qualified (as determined by the City) consultant for the project. After selection the City and the selected consultant will negotiate scope, terms, and cost. Q2: Is there a sign-in sheet from the pre-bid meeting? A2: Please refer to Exhibit A, Pre-Proposal Sign-in Sheet. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Pros ective Bidders"questionnaire with the reason(s) for not submitting a proposal. 'nc rel; , Ale Denis Pr cureme Director RFQ No. 2020-008-ND Addendum#1 11/14/2019 Page 1-8 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Appendix A, Section 2: Conflict of Interest Not applicable. Appendix A, Section 3: References & Past Performance Village of Key Biscayne Jake Ozyman, P.E., Director of Public Works 88 West McIntyre Street, Key Biscayne, FL 33149 305.365.7568;jozyman@keybiscayne.fl.gov Scope of Services: Please see Village of Key Biscayne Village-wide Undergrounding of Utilities Master Plan project description in Tab 2 Town of Palm Beach Patricia Strayer, P.E., Town Engineer 951 Old Okeechobee Road, Suite A, West Palm Beach, FL 33401 561.838.5440; pstrayer@townofpalmbeach.com Scope of Services: Please see Town of Palm Beach Undergrounding of Utilities Program project description in Tab 2 Miami Downtown Development Authority Patrice Gillespie Smith, Planning, Design +Transportation, Senior Manager 200 S Biscayne Blvd #2929, Miami, FL 33131 305.379.6583; pgsmith@miamidda.com Scope of Services: Please see Miami DDA Utility Undergrounding Feasibility Assessment project description in Tab 2 City of West Palm Beach Uyen Dang, P.E., City Engineer(Traffic) 401 Clematis Street, West Palm Beach 33401 561.882.1087; kudang@wpb.org Scope of Services: Please see City of West Palm Beach Clematis 300 Block Alley Undergrounding of Utilities project description in Tab 2 Appendix A, Section 5: Vendor Campaign Contributions Not applicable. Appendix A, Section 6: Code of Business Ethics A copy of Kimley-Horn's Code of Ethics is included on the following pages for your reference. Exceptions to RFQ Kimley-Horn requests that the Indemnification Language in Section 31 on page 7 of the RFQ be modified to be consistent with Florida Statute 725.08. IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 1-9 Ki nil ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Code of Ethics & Business Conduct Kimleyo>> H rn Page 1-10 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 CODE OF ETHICS AND BUSINESS CONDUCT Kimley-Horn and Associates Inc. To Our Employees: The attached document is our Code of Ethics and Business Conduct. Our firm's reputation for professional conduct and integrity is one of our most valued assets. Each of us must be committed to maintaining this reputation in the way we perform our day- to-day business. Maintaining a good business reputation requires awareness and effort. I am making my personal commitment to each of you that these guidelines will be followed. I assure you that each member of the Board of Directors and the firmwide and regional management teams are equally committed and supportive. Together we can continue to make our firm a source of great individual pride and an outstanding example to the consulting profession and the communities in which we work. I thank each of you for joining me in this effort. Sincerely, fforais Steven E. Lefton, President October 2018 Kimley>>>Horn Code of Ethics & Business Conduct Page 1-11 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 CONTENTS INTRODUCTION 1 GENERAL EMPLOYEE RESPONSIBILITIES 2 ETHICS AND BUSINESS CONDUCT POLICIES 3 Firm Assets,Timesheets, and Billing 3 Firm Funds and Resources 3 Financial Controls Committee 4 Employee Time and Expenses 3 Client Billing 3 Computer Software Licensing 4 Gifts, Entertainment, and Commissions 5 Gifts and Entertainment Provided to Clients 5 Gifts and Gratuities From Others 6 Commissions/Contingency Fees 6 Political Support 6 Political Contributions by Employees 6 Legislative Support Guidelines 6 Individual Candidate and Party Support Guidelines 7 Professional Obligations to Public and Clients 7 Professional Licensure and Ethics Rules 7 Conflicts of Interest 7 Other Policies 8 Truth in Advertising, Communications&Proposals 8 Recruiting from Teaming Partners and Clients 8 Confidentiality 9 CODE IMPLEMENTATION 10 Kimley>>)Horn Code of Ethics & Business Conduct Page 1-1 2 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 INTRODUCTION Kimley-Horn is committed to integrity in all that we do. Our interactions with clients, the public, and each other must reflect this commitment. This Code of Ethics and Business Conduct applies to Kimley-Horn's Board of Directors, officers, and employees. No set of guidelines can predict every circumstance you may encounter. When a difficult ethical decision confronts you, seek counsel from your supervisor, a member of your Regional Team, in-house counsel, or the Ethics Committee. Ultimately, it is your responsibility to exercise good judgment. One of the keys to Kimley-Horn's success has been the philosophy expressed in our core values and core purpose. Kimley-Horn's core purpose—its reason for existence—is "to provide an environment for our people to flourish." Our core values that describe how we do our work and manage our business are: "honesty, integrity, and ethics; exceptional client service; high expectations; sharing and caring; and sustained profitability." There is no conflict between attention to profitability and attention to ethics because financial success flourishes in an environment that is fair, open, and governed by integrity. Since 1967, Kimley-Horn has provided quality services to our clients and our communities. We are proud of our heritage and are committed to carrying on this legacy with integrity. All of us are responsible for upholding and conforming to the standards of ethical behavior and business conduct outlined in Kimley-Horn's Code of Ethics and Business Conduct. Kimley>>>Horn Code of Ethics & 1 Business Conduct Page 1-13 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 GENERAL EMPLOYEE RESPONSIBILITIES Kimley-Horn, through its employees, has a responsibility to faithfully and competently serve the interests of our clients, our respective professions, and society at large. Employees must serve clients with diligence, creativity, and professional competence, while respecting clients' objectives, decisions, and confidentiality. Kimley-Horn conducts all of its business and professional responsibilities in a lawful and ethical manner. Simply stated, Kimley-Horn does not violate the law and will not tolerate any employee who fails to adhere to this standard of conduct. Legal compliance only sets the floor for our responsibilities. We must also adhere to the ethical standards that apply to our professions and that Kimley-Horn sets for itself. All of Kimley-Horn's dealings with individuals or entities (whether in the public or private sector) are expected to be conducted with full regard for, and compliance with, applicable laws, ordinances, regulations, and our ethics and business conduct policies. Failure to adhere to this standard will be grounds for discipline up to and including immediate dismissal. If at any time, you believe that your legal and ethical obligations are unclear or conflict with one another, seek guidance from your supervisor, a member of your Regional Team, in-house counsel, or the Ethics Committee. If an employee of Kimley-Horn has reason to believe that: (1) anyone associated with Kimley-Horn has been unethical or violated the law in connection with the business of Kimley-Horn; (2) anyone associated with Kimley-Horn has requested or directed an employee to do anything that is unethical or violates the law; or (3) anyone at Kimley-Horn has prohibited an employee from doing anything the law or good ethical practice requires the employee to do, the employee should report this immediately to your supervisor, a member of your Regional Team, a member of the Board of Directors, in-house counsel, or the Ethics Committee. Upon a complaint of possible unethical or unlawful conduct being made or Kimley-Horn otherwise having reason to suspect unethical or unlawful conduct, a thorough investigation will be undertaken. At the conclusion of the investigation, Kimley-Horn will take internal remedial action as necessary and will make reports to outside authorities as are required. Kimley>>>Horn Code of Ethics & 2 Business Conduct Page 1-14 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 ETHICS AND BUSINESS CONDUCT POLICIES Firm Assets, Timesheets, and Billing Employee Time and Expenses Employees must accurately report time and expense charges incurred. By submitting timesheets or expense reports, the employee represents that they believe the information contained in the submittal is accurate. Employees approving timesheets, expense reports or invoices also represent that they believe the information contained in these documents is accurate. Electronic timesheets are used as the basis for billing our clients and are essential to ensure our compliance with wage and hour regulations and to record overtime. It is therefore imperative that they be completed accurately and promptly. You should update your timesheet daily. The electronic timesheet should be completed, signed, and approved by your supervisor by the last working day on or before the 15th and last day of the month. For client billing, you should keep a daily record of the hours spent on each project. Client Billing Kimley-Horn will be truthful, accurate, and ethical in its billing procedures and its invoicing of clients. All billing will be done in accordance with contractual requirements and applicable federal, state, and local regulations. For example, if billing is based on labor costs, then our bills will accurately reflect time actually worked on and properly charged to the applicable project. If billing is based on percent complete basis, then our billing will be consistent with progress on the project during the relevant time period. All expense billing will be done in strict compliance with the contract. Firm Funds and Resources Employees must use Kimley-Horn funds and resources only for company- sanctioned activities. Use of funds or resources for personal, illegal or unethical purposes is strictly prohibited. All funds and assets of Kimley-Horn and its subsidiaries shall be properly recorded and maintained. Only true and accurate entries shall be made on the company's books and records. Kimley)>Horn Code of Ethics & 3 Business Conduct Page 1-1 5 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Financial Controls Committee The Board of Directors has appointed the Financial Controls Committee and charged it with oversight of internal financial control procedures. The committee: • Ensures processes and controls are in place so that accounting, financial statements, overhead audits and tax returns are accurate and reliable. • Ensures the firm's resources are adequately protected. • Ensures that sound financial controls and processes are developed and maintained. • Conducts proactive and regular risk assessment and evaluation of the firm's susceptibility to conscious or unintended abuses. • Is responsible for financial controls maintenance, compliance and process follow-up. This step is performed to verify that the recommended actions have been properly implemented and that the firm continues to function as intended. The scope of the committee includes oversight of cash receipts, cash disbursements, fixed assets, procurement, financial reporting, payroll and financial matters associated with benefits, billing, revenue recognition, expense reimbursement, tax returns and safeguarding the firm's financial information. Computer Software Licensing Kimley-Horn licenses the use of its computer software from outside companies. Unless authorized by the software developer, Kimley-Horn does not have the right to reproduce any software it does not own. The Director of Information Technology maintains most corporate license agreements. However, some licenses are maintained regionally by the Regional Information Technology Manager. Reproducing, downloading, or upgrading software without prior approval of the Regional Information Technology Manager is prohibited. Any known misuse of software or related documentation within the company should be reported immediately to your Regional Business Manager or your Regional Information Technology Manager. Any Kimley- Horn employee who makes, acquires, or uses unauthorized copies of computer software will be disciplined as appropriate to the circumstances, up to and including termination. Any unauthorized copies of software will be destroyed upon discovery. Kimley Horn Code of Ethics & 4 Business Conduct Page 1-16 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Gifts, Entertainment, and Commissions Gifts and Entertainment Provided to Clients Kimley-Horn supports client entertainment as a means to build relationships. We are committed to ensuring that our entertainment dollars are spent appropriately. Before you provide any gift or favor, regardless of value, to a client employee, check with your Regional Marketing Manager or Regional Leader concerning ground rules for that client. Next, check for client policies. Our legal staff keeps a file of previously identified client policies; if we do not have one for your client, ask your client representative for a copy or ask Legal staff for assistance. Entertainment and gifts may be covered under an ethics policy if the client doesn't have a separate document. The following principles provide guidance for clients who do not have a more restrictive policy of their own. 1. We will win work based on our qualifications rather than in exchange for a gift or favor. 2. We will spend money to build relationships, not to buy a project. 3. We will be proactive in obtaining, archiving, and sharing client policies in an effort not to violate any laws or client policies. 4. Where activities are allowable, the amount spent should not be excessive. Beyond simply using good judgment, be mindful of how your expenditures would look if they were scrutinized by the media or in another public forum. 5. We will seek input from partners, OPL's, and/or Regional Marketing Managers, and keep them informed of client entertainment practices. 6. No cash or cash equivalents will be given to any individual for their personal benefit. 7. Employees may not spend their own money for gifts and entertainment to clients for business purposes that we are unwilling to reimburse as a business expense. 8. If you or members of your family have a social relationship (outside of business) with any employee of the federal government or its agencies or political divisions, be aware that any personal gifts (which are typically reciprocated) must not be excessive. In most cases, such gifts must be reported by that federal government employee to their supervisor. Employees of state and local agencies also may be subject to this level of scrutiny, depending on the client. Further information is provided on KHAnet. Kimsey))Horn Code of Ethics & 5 Business Conduct Page 1-1 7 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Gifts and Gratuities From Others We, as professionals, must not compromise the public trust that has been placed in this firm. Even the appearance of compromise must be avoided. No employee shall solicit or accept, whether directly or indirectly through a family member, any compensation, gift, favor, or service of value which is offered to influence or would influence the employee in the performance of his or her duties. This includes, but is not limited to, current or potential clients, vendors, contractors, and subconsultants. Commissions/Contingency Fees Kimley-Horn will not pay or offer to pay a commission, percentage, or brokerage fee to any employee of a client or any third party to secure work from any governmental agency or other potential client. Political Support Political Contributions by Employees Employees may contribute to political candidates or parties in accordance with their personal preferences and the law. Kimley-Horn will not attempt to influence employee political contributions and will not directly or indirectly reimburse employees for personal political contributions or attendance at a political fundraising event. No employee or representative of Kimley-Horn may make or offer a political contribution to a public official for the express or implied purpose of influencing a decision by that official regarding an existing or future contract with Kimley-Horn. Legislative Support Guidelines From time to time, Kimley-Horn may support legislative or regulatory initiatives that it feels are beneficial to the company or to industries in which we work. All such support will be in accordance with the following guidelines. 1. All Kimley-Horn support will be directed to legislative and regulatory activity, never to specific candidates or political parties. Support will normally be focused on ballot measures or legislation that relate to an area of Kimley-Horn practice, such as transportation funding, development initiatives, and similar measures. 2. All requests to approach staff for donation of company time, materials, or personal financial support of a legislative or regulatory issue must be approved in advance through the regional leader. 3. Subject to regional leader approval, individuals may send letters on KHA letterhead only if the letter specifically states that we are Kimley)>Horn Code of Ethics & 6 Business Conduct Page 1-18 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 writing as a member of another organization (such as ACEC), and if the letter doesn't ask for support of a specific individual. 4. Kimley-Horn contributions in support of a ballot measure or legislation will only be made directly by Kimley-Horn and not from personal funds of employees. However, employees may make personal contributions in addition to the company's contribution. Personal contributions will not be reimbursed. 5. All proposed Kimley-Horn contributions should be reviewed by in- house counsel to determine if they are legal under state law. Individual Candidate and Party Support Guidelines Kimley-Horn will not take a position or support any candidate for political office or any political party. While KHA discourages solicitation of employee contributions for non-business causes, there may be times when a particular practice area would benefit from involvement with a particular candidate. In these cases, Kimley-Horn staffers wishing to support an individual candidate for business purposes may make individual presentations to peers if the peers agree. No presentations may be made to subordinates or to those who may reasonably interpret the presentation as pressure to support a candidate with their time or money. In no event should Kimley-Horn email be used to express support for an individual candidate. If you are not sure if your situation fits these guidelines, please discuss it with Kimley-Horn's in-house counsel. Professional Obligations to Public and Clients Professional Licensure and Ethics Rules Kimley-Horn employees who are licensed professionals must be familiar with the rules of professional responsibility in the States in which they are licensed and must comply with those rules at all times. Some of our professionals are also members in national organizations such as AICP, ACEC, ASCE, and NSPE that have published Ethics Codes. These organizational codes can be consulted as appropriate, though they are not mandatory in the same manner that state licensure rules are. Conflicts of Interest Kimley-Horn prohibits its employees from engaging in any activity, practice, or act which conflicts with, or appears to be in conflict with the interest of Kimley-Horn, its clients, or its vendors. It is essential that any Employee confronted with a possible conflict of interest promptly and fully disclose Kimley )>Horn Code of Ethics & 7 Business Conduct Page 1-19 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 details of the situation to their supervisor and, if further resolution is required, to in-house counsel or Ethics Committee. Other Policies Truth in Advertising, Communications & Proposals Kimley-Horn and its employees will accurately represent our capabilities, qualifications, and resources in advertising, communications, and proposals. Recruiting from Teaming Partners and Clients We periodically consider the appropriateness of recruiting individuals who are employed by firms with whom we are teamed or by our clients. These situations necessitate judgment calls on whether or not it is appropriate to continue with recruiting activities. While it is difficult to create hard and fast rules for these situations, the principles below were developed to assist in the evaluation. 1. Those faced with decisions about the appropriateness of pursuing a particular recruit should talk with their partners, including at least one person who is independent of the situation. Typically, the independent person should be someone on the management committee. 2. We should treat our teaming partners and clients with the same level of respect and professionalism with which we would expect to be treated by them. 3. We must follow all laws and our contractual agreements that include recruiting limitations. 4. We should be conscious of our reputation and long-term relationships as we evaluate these situations. 5. We should encourage employees of our teaming partners and clients to be true to the trust owed to their current employers, even as they consider other job opportunities. 6. Teaming arrangements and client relationships for both the marketing and production of projects should be considered. 7. We should be keenly aware of potential conflicts of interest (or appearances of conflicts of interest) when we consider the recruiting of individuals who work for clients. Kimley>>Horn Code of Ethics & 8 Business Conduct Page 1-20 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 If additional guidance is needed to address specific situations, contact the firmwide Director of Human Resources. Confidentiality Kimley-Horn records and information relating to Kimley-Horn or its clients are often confidential, and employees should treat all matters accordingly. No Kimley-Horn or Kimley-Horn-related information, including without limitation documents, notes, files, records, oral information, computer files or similar materials should be taken from Kimley-Horn's premises without permission from your supervisor, except in the ordinary course of performing your duties as a Kimley-Horn employee. The contents of Kimley-Horn's records or information otherwise obtained in regard to business may not be disclosed to anyone, except where required for a business purpose. Employees must not disclose any confidential information, purposefully or inadvertently(such as through casual conversation) to any unauthorized person inside or outside the Company. Employees who are unsure about the confidential nature of specific information must ask their supervisor for clarification. Confidential information obtained through employment with Kimley-Horn must not be used for the furthering of any private interest, personal gain, or third-party benefit. Client-related information will not be released to other parties without the consent of the client or pursuant to a properly issued subpoena or court order. Kimley-Horn may, on occasion, be engaged in the design or analysis of government-classified projects involving sensitive security information, the nature of which cannot be disclosed to unauthorized office personnel or others under penalty of law. Such projects should never be discussed except in the work environment as required to perform the service. Kimley>»Horn Code of Ethics & 9 Business Conduct Page 1-21 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 CODE IMPLEMENTATION The effectiveness of this Code of Ethics and Business Conduct requires an ongoing commitment from all Employees. When an ethical issue arises or if you are uncertain about how to proceed, you should first seek advice or clarification from your supervisor. Your supervisor may be able to address your concerns; if not, seek advice from a member of your Regional Team, in-house counsel or the Ethics Committee. If you believe an ethical violation has occurred, you must report the violation. Kimley-Horn has established an "Ethics Hotline" that staff may use to seek guidance on an external issue or to report a potential internal issue. To raise an issue with the Ethics Committee, you need only contact a member of the Committee by email, phone, or in person. Current members of the Ethics Committee are identified on KHAnet. You should be clear, however, that you are contacting the committee member in connection with that person being a member of the Ethics Committee. That person will then involve one or more other committee members as appropriate under the circumstances. Your confidentiality will be respected to the extent possible. Depending on the nature of the external or internal issue raised, complete confidentiality may not be possible. Absolutely no retaliation will be allowed against any employee who has raised an external or internal issue with the Committee. This resource does not replace any existing communication channels. Issues and questions should still be raised with others (such as supervisors or regional team members) as appropriate. This Committee is an additional resource that can be used at any time, but is especially intended for situations where you may not know who to contact for guidance or to report an issue, or if you feel that discussing the issue with your supervisor or regional team member would not be appropriate or beneficial. The Ethics Committee will conduct a fair and thorough investigation providing an opportunity for any suspected violator to explain their position. The Committee will then decide upon a course of action and notify the Board of Directors as appropriate. Violation of Kimley-Horn's Code of Ethics and Business Conduct can lead to disciplinary action, including discharge, civil or legal action, or the reporting of alleged criminal activity to appropriate authorities. The good business health of Kimley-Horn depends upon each of our efforts. We need to promote camaraderie with each other and pride in being part Kimley>>Horn Code of Ethics & to Business Conduct Page 1-22 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 of the Kimley-Horn team. Anyone who walks through Kimley-Horn doors should feel the pride and commitment we have in preserving Kimley-Horn's reputation. The Code of Ethics and Business Conduct will be subject to change and revision as Kimley-Horn learns through experience. Kimley- Horn does not want to needlessly complicate employees' business lives with burdensome procedures, but at the same time, it should be clearly understood that adherence to these policies carries the highest priority. Kimley-Horn will incorporate sessions with general topics of ethics as well as this Code of Ethics and Business Conduct in its major training programs, including Fundamentals of Consulting, Fundamental of Practice, Consultant Training, Culture and Philosophy, and Professional Liability. We will provide other training on ethics through various forms of firmwide communication and office brown bags. Kimley>'>Horn Code of Ethics & 11 Business Conduct Page 1-23 DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AMI B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Required Certification and Licenses State of Florida Certificate of Authorization State of Florida Department of State I certify from the records of this office that KIMLEY-HORN AND ASSOCIATES,INC. is a North Carolina corporation authorized to transact business in the State of Florida,qualified on April 24, 1968. The document number of this corporation is 821359. I further certify that said corporation has paid all fees due this office through December 31,2019,that its most recent annual report/uniform business report was filed on April 27,2019,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Ninth day of May,2019 YL 42, Secretary of State Tracking Number:5900845381CU To authenticate this certificate,visit the following sitc,enter this number,and then follow the instructions displayed. https://servtces.su n biz.o rglFilings/CertificateolStatus/CertificatcAuthentica tion IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 1-24 Ki m I ey>>>H o r n DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND 11NR rar,,, ,- Firm and Team Licenses Kimley-Horn e eierws a.,Gwen, Ran O,fee" _..o Mew SUNva Secretary to 41 ,1i,ri . dbpr • lt..• . ,i,.a. STATE OF FLORIDA • STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF LANDSCAPE ARCHITECTURE THE ENGIN/-LUINry OUSINLSS HEREIN IS AUTHORICLD UNDER THE THE LANDSCAPE AR<:IR LEST BUSINESS HEREIN HAS REGISTERED UNDER TIIF: PROVISIONS OF CHAPTER 471,FLORIDA STATUTES PROVISIONS OF CHAPTER 481,FLORIDA STATUTES KIMLEY-HORN&ASSOCIATES,INC. KIMLEY-HORN AND ASSOCIATES INC 421 FAYETTEVILLF STREET 421 FAYET IEVILLE STREET SUITE 600 ,x, SUITE 600 RALEIGH NC27601 Yt. RALEIGH NC24601 C LICENSE NUMBER:CA696 I LICENSE NUMBER:LCC000219 EXPIRATION DATE:FEBRUARY 28,2021 EXPIRATION DATE:NOVEMBER 30 2021 Always writ acens,oneon at MrFloridalrtense.can Megan verify Amos awe x Mrfbridalic.m..can i ❑ s,A❑ CO'- El I t Do not alt.r tNs document in any roam. vii �f Do not alter this document in any kern iA I This is your Rcamunlawful e.It Is licensee anyone other than the ensee to use this document. i 0 This your license.It Is uRawrul for anyone other than the Aensee to use this document MOt scop,cpvt MOWN W U00C xcRETA, ,;,i,a dbpr 'O.LL. STATE OF FLORIDA "sae• DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS U.S.Green Building Council I HE GEC/LOGY BUSINESS HEREIN II CERTIFIED UNDER I HE PROVISIONS OFCIIAPTCR 492.FLORIDA STATUTES Kimley-Horn and KIMLEY-HORN AND ASSOCIATES INC Associates, Inc. 421 FArETTFV tlf STREET Member Since 2006 • SUITE 6ciU 6 RALEIGH NC 27601 THE D.S.GREEN BUILDING COUNCIL IS THE NATION'S FOREMOST COALITION OP LEADERS WOREING TO TRANSFORM THE WAY IV ILDINGS AND COMMUNITIES ARE DESIGNED. i LICENSE NUMBER:08175 BUILT AND OPERATED.SNARLING AN ONVIIONMBNTALLY AND SOCIALLY RESPONSII LE, EXPIRATION DATE:JULY 31.2020 HEALTHY.AND PROSPEROUS ENVIRONMENT THAT IMPROVES THE QUALITY OF Lf FE M.n'onnh IOwa.,,011ae al Myfh.vidaloenso torn c>2./...... 4,, ////�/ �� r1 r� 0 M /I. 4,, /L.�- ,.1L�? Do not alter this document 0 any form ..tom. ❑,. $ This iv you%cense It Is unlawful for anyone other than the Ncens a to use Mu document f0,etarak Florida Department of Agriculture and Consumer Services 3,t 4, License No.:LB696 4. Division of Consumer Services Zi'', -_ Board of Professional Surveyors and Mappers Expiration Date February 28,2021 \- Q'IV' 2005 Apalachee Pkway Tallahassee,Florida 32399.6500 n4fvx,..,"a Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes KIMLEY-HORN AND ASSOCIATES,INC. �/a _ /J 421 FAYETTEVILLE ST STE 600 n I (4J- RALEIGH,NC 27601-1777 NICOLE"NIKKI"FRIED COMMISSIONER OF AGRICULTURE This a to certify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472.Flarda SLIMES IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 1-25 1(1mley>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Kimley-Horn - Individual Licenses NVYOiT.(Q'O.OA aM.14AlAOtlJlt<Caiaay' dbpr dblar STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS 1III P141'S I 511C)NAL INGINEER HER/IN IS LICENSED 11N111R NO THE PROFESSIONAL ENGINEER HEREIN ISUCINSEO 4/NIA R TM PRETVISIONS OF CHAPTER 4/1 I-LOTIDA 5 IATtlII S PROVISIONS OF CHAPTER 471.FLORIDA STATUTES FYE,BARTON JUNIOR SCHANEN,KEVIN M. 6914 WIDOW 14NE 1667 BRFAAERS WC',I IAL'.1, MIAMI LAKES FL 33014 WEST PALM BEACH FL 73:11 L. LICENSE NUMBER-P173898 l� LICENS�EE•NUMBER.PE60251 EXPIRATION DATE.FEBRUARY 28,2021 EXPIRATIO4 T.FEBR LEARV 28.2021 Mews;en.,`erox.eon,et :woo..e 4.:an Mown+wit keen.OnYrea re,/t..:•...iarem Cl. :❑ C;)' ''.'3 D Dom(alter this document in nr}«m Do not Mee this doormen b Any nom. c ei 1Aes n you loense tt n unlawful t«anyone olter than the ken..to we this doeunate M This a your know.R'4 oaI.w*1I t«anyone ocher than de licensee to roe this docvnml i' Nan CV..Camay. - 1 I 1 w...nr.,....._ si ns ..r.•. dbpr — STATE OF FLORIDA . `:. - - STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION THE PROFESSIONAL ENGINEER HEREIN IS LICENSE II LENDER THE BOARD OF PROFESSIONAL ENGINEERS PROVISIONS OF CHAPTER 471,FLORIDA STATUTES uB PR011 SSIIINAL ENGINEER HEREIN IS LICENSLD 115111 R 1111 PROVISIONS OF CHAPTER 4/1 FLORIDA STATE/II S HORNING,JOSHUA DAVID PASKEN,KENNETH ANDREW 355 Al Hama I MLLE 5682 ASPEN RIDGE CIRCLE SUITE 1410 DELRAY REACH F133484 CORAL GABLES FL33134 110ENSE IUMSFAt PF67305 _.__.i LICENSE NUMBER PE78543 OOMATION DANE lEBRIIRRY 24.2021 EXPIRATION DATE:FEBRUARY 28,2021 Always a,ity 4.wes online at M,swrwLKeme COM MM.wry kwesea.ir at MFbllmlia same. MN Ll 1:1Koc,'1 CI • O K. ThiOn noe Al.,this document O am loon °--.-1, +;v' Do not M ee this document m ray t«m Q.y s n x n r«+licenn inlawlJ«anyone OUrs than the 4we emsse to e ehn Messner.. s TM n row bc sasnss.It n unlawful r«anv«se ottry tlsnthe kerne.,to uthe document a Aon neS.e�srn.eOw y.� AFBPL :_• dbpr ,. STATE OF FLORIDA •.•r-r Q STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION II, ,,-, ,v.:INAI.ENGINEER HEREIN IS LICENSED UNDER'HE BOARD OF PROFESSIONAL ENGINEERS PRt',VISIONS OF CHAPTER 471.FLORIDA STA,111 FS FEB PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471.I LORIDA STATUTES JOHNSON,BRETT A. GIRALDO,MARGARITA ROSA 6338 GREENHEDGE COURT 355 ALIIAMBRA CIRCLE WEST PALM BEACH Fl,33411 i SUITE 1400 CORAL GABLES FL33134 • LICENSE NUMBER'PE74005 LICENSE NUMBER:PEb7428 .............. __..�_� E%PIRA110N GATE:FEBRWRT 2B.2021 EXPIRATION DATE,FEBRUARY 28.2021 Allays o.0.licenses 0Ner at MlFb.daTinn essen Always A VR,LOOM.«Rvr r Ms6Iodate...,corn O.'� 17 OR not alter this document in am noon +`^ DR not after this document in any town V F" This n yourIKens.It n unlawful r« R, anyone other than e tre.nee to use this document This n your Ea.w.R es way/la foe anyone wry than the Eo.m.e to Ine this doltm,_ • IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 1-26 Ki m I ey>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND dE 'pr , . . AlteE El Ryt w GIS Certification Institute miesmo. •101011...111...0110 atroa atottoa R,.t._..... ,,. aIr_. ..._f....__....t..._._...__,.„._,__..__ I-- ew— iiiiiiA • .0...efeww ...raw, raw San.., wa . wa dbpr �4r,r dbpr , . STATE OF FLORIDA �^ `•'` /DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION STATE OF FLORIDA BOARD OF LANDSCAPE ARCHITECTURE DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THE BOARD OF PROFESSIONAL ENGINEERS PROVISIONS OF CHAPTER 481.FLORIDA STATUTES l tit PP,I,t SSIONAL ENGINEER METE Cr IS LICENSED UNITE R PO If PRO'JI',IONS OF CI VOTER n'' FI_OR IDA ST AT TES PUIG,GEORGE EDWARD JIMENEZ JUAN E. 355 ALIIAMBRA CIRCLE 8416 GLENCAIRN 1ERRACE SUITE 1400 MIAMI LAKES EL 73016 CORAL GABLES FL33134 lICE1KE NVMBER:tA0001706 LICENSE NUMBER--.PE%704 DTNRATION DATE NOVEMBER 30,2021 EXPIRATION DATE:FEBRUARY 28.2021 N.,way r ern..kw at'hfh..latIzet.o mons Ap m nom,,la..,,.-..-taut.t MVItx.I.t.rrm..torn u ,D t. a• D...,alter Mt%dotwnn,t n arty forth O;E'AtO R ., Ikente R n ONa h4 to a,,,u man th.ke,n.' naw that document ?..1), Do MT Met e I.I document n m m, a Pus h vow 14.0w It h unlawful for anyone other the,the licensee to tee this dxteneot `•F Ir�un...w,.... ()� 1 ' ` S ' r.u....STATE OF FLORIDAIl •` dbpr STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION THE PROFESSIONAL ENGINEER HEREIN IS LICE,.SE:UNDER THE BOARD OF PROFESSIONAL ENGINEERS PROVISIONS OF CHAPTER 471.FLORIDA STATUTES 115 PRIll F SSIITNAL ENGINEER HEREIN IS LICENSED UNDER INF PRIIVIMONS OF CHAPTER471 FLORIDA S T AT UT E 5 ALMONTE,LEONTE INOSENCIO BALDO,BURT LUIS 355 A1.HAMBRA CIRCLE SUITE ALHHAMBRA CIRCLE SURE 1400 SUITE 1400 'r�. CORAL GABLES FL 3313•+ CORAL CABLES F1.33134 L LICENSE NUMBER PE70822 L...... LICENSE NUMBER:P053120 EXPIRATION DATE:FEBRUARY 28.2021 EXPIRATION DATE.FEBRUARY 28.2021 Always vend tre es online at MyfbndNAae e cons Maras vent,I.cm i;an.*at MyFbrdatcm-a tan 0 P. O i•ny.'u'.'• Do not alter this document n any form d'- Do not alter this document n anyform 1 •is.- Thn dm.loan..ft ishI un1awfor anyone Wok than the fuensee to use this bo.,,,,,,bo.,,,,,,•0. This n yap Il[Kerte[Kerteh Hpa tawful for + Eli anyone dher than the Knnee to int dm do[umerR. IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 1-27 Kim 1 ey>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND __._.... _ ......... .. txarwroamu„ w.twaraawlBaNtM r1 c N L t eE. DEPARTME 'TOhJ3l.ctvhwe. . `4 � %'•*' GULATION STATE OF FLORIDA /S,._* This it to drerifyib, Sa DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULAT ION BOARD OF PROFESSIONAL ENGINEERSr/1�7?'tb„1Lla7/lu'.$h neon gokman THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE \ "° I-ROVSIONS OF CHAPTER 47 r10RIDA5TATUTES flaring furnished matisfactoct evidence of:Luonmentsand Qua!iftratinns,and having parsed the Examination,an required MCWILLIAMS,JOHN JOSEPH by Chapter 491,is hereby duly Certified as a 4343 FOXTAII 1:ANE WESTON IL 33331 Professional Geologist In Confnrmitr with an Act of the Legislature of the L _... LICENSE NUMBER PE62541 EXPIRATION DATE FEBRUARY 28.20221 State of'Florida,creating and regulating the profession. Always vwlY Yceraes ore.x M,Ftendxcense cool Qy o g C/ul r1a m othe Board ll V.--; �EtDo not,aer thn donment,n any rain. C-I�' ' V �~ IOt N o Tnls o yaw!Kanse.Itis unlawful r«anyone other than the Nemec to use this document � t ! NUM des.(mecrnr D wF co art.rei - RICK 000rT,GoflflO rowarwarM • a rAUIre SEC , ±T,. dbpr •s STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL EtAINEER HER,:N IS LICE NSED l'NTSk fit PROVISIONS OFCHAPTER ?: I-10510,STATUTES F.UENTES,JUAN JOSE 9)605.DIXIE HWY STE.88') 77? MAM' 0113155 L LICENSE NUMBER PE62426 EXPIRATION DATE:FEBRUARY 28,2021 Alw•ys VV..".enses online 0 nryFww.trcense M. Do not alter tNs document on any fora. I:?ha' - This K von!cense.It Is lits tul for anyone other dun the licensee to use this document. M. IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 1-28 Kim 1 ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFC)No.2020-008-ND Subconsultant's Certifications/Licenses Media Relations Group Florida UCP DBE Directory Number of Records Returned: 1 Selection Criteria: Vendor:MEDIA RELATIONS GROUP LLC Vendor Name: MEDIA RELATIONS GROUP LLC DBE Certification: CERTIFIED MBE Certification: Certified DBA: Former Name: Business PUBLIC RELATIONS AGENCIES Description: Mailing Address: 14707 South Dixie Highway,Suite 404 Miami,Florida 33176 Contact Name: ALICIA GONZALEZ Phone: (305)254-8598 Fax: (305)256-1613 Email: AGONZALEZ(o MRGMIAMI.COM ACDBE Status: N Statewide Availability: Y Certified NAICS 541613 Marketing Consulting Services 541810 Advertising Agencies 541820 Public Relations Agencies 541830 Media Buying Agencies 541910 Marketing Research and Public Opinion Polling Run en:10/1012019 Page:1 IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 1-29 Ki m I ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 A A AM B E AC H Facilitation, Coordination, and Technical Assistance Not Services for the Undergrounding of Utilities REQ No.2020-008-ND 3/28/2019 Small Business Vendor Detail Florida Department of Transportation Construction, Maintenance, & Other Contractual Services Small Business Detail for: MEDIA RELATIONS GROUP, LLC MEDIA RELATIONS GROUP, LLC 305-254-8598 14707 South Dixie agonzalez@mtgmiami.com Highway #404 Miami, FL 33176 *DBE Alicia Ana Gonzalez Activities or Specialty Areas: Public Relations Agencies/Services Counties of Interest: BROWARD , CHARLOTTE , COLLIER , INDIAN RIVER , LEE , MANATEE , MARTIN , DADE , MONROE , ORANGE , OSCEOLA , PALM BEACH , POLK , SARASOTA , ST. LUCIE , ALACHUA , BAKER , BAY , BRADFORD , BREVARD , CALHOUN , CITRUS , CLAY , COLUMBIA , DESOTO , DIXIE , DUVAL , ESCAMBIA , FLAGLER , FRANKLIN , GADSDEN , GILCHRIST , GLADES , GULF , HAMILTON , HARDEE , HENDRY , HERNANDO , HIGHLANDS , HILLSBOROUGH , HOLMES , JACKSON , JEFFERSON , LAFAYETTE , LAKE , LEON , LEVY , LIBERTY , MADISON , MARION , NASSAU , OKALOOSA , OKEECHOBEE , PASCO , PINELLAS , PUTNAM , SANTA ROSA , ST. JOHNS , SUMTER , SUWANNEE , TAYLOR , UNION , VOLUSIA , WAKULLA , WALTON , WASHINGTON , SEMINOLE Note: Listing on this report does not constitute Contractor Prequalification with FDOT. Contractors who wish to become qualified with FDOT in construction work classes should go to http://www.fdot.gov/contracts/PreQual Info/prequalified.shtm. To verify Contractor Prequalification. please visit https://fdotwp 1.dot.state.fl.us/contractorprequalification/public/PrequalifiedVendorSearch.aspx. 1/1 IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd 'K'mley>>>Horn 1-30 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Waypoint Engineering Licensee Details Licensee Information Name: MORRISON,RUSSELL CRAIG(vnnmry N,,o,.r Main Address: 5747 SUGAR WOOD CT JUPITER Florida 334580000 County: PALM BEACH License Mailing: LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 51567 Status: Cul rent,Active Licensure Date: 03/11/1997 Expires: 02/28/2021 IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 1-31 Kim 1 ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND M.G. Vera & Associates Florida Department of Agriculture and Consumer Services License No.:LS5266 `o. Division of Consumer Services Hoard of Professional Surveyors and Mappers Expiration Date February 28.2021 `` 2000 Lpalachee Pkwev Tallahassee,Florida 32399.6800 Professional Surveyor and Mapper License Under the provisions of Chapter 472.Florida Siam, MARK RSOWERS w� /] 19663 HAMPTON DRIVE n �(:fl`� ,'(�Jy'l' ej[ BOCA RATON,FL 33434 NICOLE"NIKKI-FRIED COMMISSIONER OF AGRICULTURE • No it ea terrify chat die professional turtcyor sed rzuptav whose name and addrns err shown Arouse it ticenxd M required by Chapter a11.Honda Statures • Local Business Tax Receipt Miami—Dade County,State of Florida -THIS IS NOT A BILL—OO NOT PAY - 383570 y (� BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES MANUEL G VERA&ASSOCIATES INC RENEWAL SEPTEMBER 30,2020 13960 SW 47TH ST 383570 Must be displayed at place of business MIAMI FL 33175 Pursuant to County Code Chapter BA-Art.9&10 OWNER SEC.TYPE OF BUSINESS pAYMFNi RECEIVED MANUELGVERA8,ASSOCIATESINC 212 P.AJCORP/PARTNERSHIPIFIRM PAYMENT ECEIVE C/0 MARIA T VERA PRES LB2439 $232.50 08/30/2019 Employee(s) 31 CREDITCARD-19-069080 This Local Business Tee Receipt only confirms payment of the Local Business Tao.The Receipt is not a license, permit.ora certification of the holders qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the hominess. The RECEIPT N0.above must he displayed on ell commerciei vehicles-Miami-Dade Code Sec Be-276. For more information,visit www.miejnitildmovitanCOlinntm IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Pagel—32 Ki m l ey>>>H o r n DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Pre•QI71f4abon Certificate•Retllmng Vendor Sd4Ssma Poral Peke 1 al 7..101-Dade Dowdy 00000.5/ Internal Send..Department Architecture/Engineering(A/E) I Memel c7*110nle-Retutten47 Very.*Sell•Sennoe Postal Page I,1 .'+'.'.Jll Pre.Qualllication Cerntcale msc•1w7,n..op .WYDES G Vt.660 ASSOC IN< 1111.470 19960 5v4.170.SI.6.7.1.11 33173 Miami-Dade County MIAM11 DE Internal Services Department Aepee.l D.7, 4/04/1039 Statement of Technical Certificaton Categories .0600..0670.4,0070000 3000. MANUELG VE 6740 ASSOC INC 115.ace.Mme.Op.[.tet.On 31135.*b PWA.0.4.67641 All Amt.Ito 664600.4.000195,10 tY wed 1.00111114/ 0137.11000.'0.40.37.r4M344110110 C09vAy040ere3P.c466066ee.I4W41eav 15960 SW 40th Serres.1.1.66 Fl 11125 4 ae4 r•el !AVp10bsdw rlrw onhlndtM.r1,-0..CW./6670.1.7.906 awn b r. .S1e_nwe.Te7e_ad QuOltelle.7AS0,nlw..epnyeelinfe5MAI be OA.Ohm'd Cab 011710.6 D61wy6.e 0700.0.)Pal. 194....,^D.S. 2 MQaAlaesl CMI4ete1.4, 1 o..0.4tl614 97.Y 606.41 444116041166 r0n.6e..nie.tee..,. 5501 SURVEYING AND AWNING-LAND SURVIVING wndPre0ealbnnes erne 1.'eaO*ed 0..1000.116 p•e0.14.4WM s1194imam.014 e743QwM[ref C035*.7. SURVIVING AND MAPPING-JNOLBGROviND'.m C/5 IIO) LOGIC. 11.2/05/2015 09/34+20::.. 4 Woo of Or Woo drn6.l ILO es wren 056114.ga.Ser.*entrees 0.,,MBese ee Ieee 0. tMLR-Sevb.WOet..oneeedede¢MNNW OW,le Ay..0 eon.AYpe.gnbote need ft A ewer b 510 Como e f 111,M a,/nwef.super 6,4 ennoel'1.7 el 560,10.1 0 e 6201e1e4M6C6067e6. ' 43.41.1,17*mew yaw Gari.PQC r 431031900/dqpep w e py6ur 110.1 an*0360.600 N.r,nv Apga40 Sy 1,6,AVM PBa7*00Miler ler,emese nen Costly pre0.r1,and sew,to Rao 160w.0651.69166• 1.1.6 al C.W.O.Comm.. MeV M.Qu4tketten Ceefer e.eve pen ple0ly now.Any twee *.640.00,5 derry.of owed PQC ewe Mode,7.6001111.35 057.076 WLpen...w*new w.We.eq 4,a•1,4,11t Mrm00rle County 464 in ow PQC Wes.e.7444ee baaes50O eel A*400667 01160.04740 0404V. 5 Any 110090/440010011 erulke wNMo.demon.11110+04.87.1.,.6411000 dodo,newt da4y eve oho d yore 477./I PQC 16 erefee 7 57.4M 0.146.11.9910 Cartduen Camnvt.. we..M PQC apdc*A1,4,eseese dedw..nd e,lei.ers Ce1,0b.eon Cemenee m..0 wlandY tArtD• lewd 0. .001ror07 A1646.6., lea 564 6667.0 N 1,616016.6.0460.66660066.676.04641/16.9a0401600-6611116.663060, 6 640.1Woe Cede Goofy repreeMrw51e Wee etas d1Y.6 nom41 Wow noun le ex*foes.1,A neew 67 ye*0066173 169.50 On Ws.ppr0,1 71 3710 nOn.4own On 067.4,00 en en wow/deo veee..154756 and eel.10086 5,.6116047.55 Please we 117 eel ewer*MOO.-Dade Calls nal mew 67 Moment are 441100 07 o7...wkly off enw.6Y 011.047.*AlP.410.01040*,w made 710.046.,6%0,Car17116 oar Mt..tow in re Sia. Memel.011ea alba Meer nw0 gin*Neta*x91.1.dee7.n5 Peados ender wee...ens o- wlet rept MAWS.a.aordsva04X MI.mFD.w Cesy p044,antler Mpt'OM.Woo.Mind but 410 Approved By Wet.,Colleefee 10076+17. moo Coney 4Illone eit thuma da.so./ADpuiSD-Verekv.Ta7OucalCemtc*onlPOC PrintCaOGate 9,5/20V 1030•-Avene6 m mrd.*.g1,-Appy'ISD Ve1dR4CchuedC0.Ic na9TC PruICsat.Bcate 9072019 F3Pea Deprono.ofAF-110 44,C.,w,er service: 3719511101700011 of A000111um 4tlCommies.Serves, ITvi:ion c4 Co.unter 5. Division of Consumer Set F � Brod M Prate. I S Se ed�•s • Board of No cr Pk..Surveyors 11x*M.ppcn {{ 2005 AP 1 X 33 5 Ta.613 FNx:e 37319-654 .l 2005 AeallGle4 P5aay TNe1esee,H0063 323946503 ,1 N5114ELPFLAf13-13521 or WO,105-222I 5� 800HELIILA143515521w(850)4e8211'1 ■■'. O'eMuon 1.2019 January 26 2019 19541610 VERAJR MANL'EL G VERA t ASSIICS INC 13960 SW 4TTH ST 13960 SW 47TH ST MIAMI.FL 13115.4404 MIAMI.FL 33175-4404 co. 400316.: 110. l. , .0.4 50,131*and Mapper 10.0.0 4165291 S11O1EC6Proles...1Summla.0310.7 130...Colitkrle•LBOA39 Furor Dep.nAwr or mneulr.. ..a 66.11,..s.1. a application ..rna.w..1.,. r.93111,7/...a a,aPam.a 11,61.4 map1l..1,1..111neu7N91.a n.Frrw S..,M16 1,S Duper 11,.Fat 43 ra,a M.been.060063 fiord aProronsmoo eMna„300.1700000.. I ett of Mappers Tnr l/01,10 Mr...11k..114003.?1M L.fAI Tac 10.r.11510ne1..10.0100 66!61035 0x..101. xen Fe1.vy V.a.190x031 In,.rm rob.y .nr7&m comet.Pe_..Imo mu wdvak: Y4, .Ml00i Mnrnwmn k&Wan_ \SAnISCL..yeAl1 1,l• a.r•4FRkl,�laavn m ea. �rnlnw if'IV 1171076:0661111..1 we 111 PUMA' R1I07. 1(01175lapv ..nae r 1 urny 0.0'kw em ale.find 0107.n.,060,00.0 ve10.01 ,4u 11,.,100 wl.p 1610*nm tir... x.0.6.6010.rune.Von.an a 10`66104,7 If yrulne any Va.m..pica.d70.16..to call 000004on ul Cron.0734060.30701 040600.0516006 •.1.01400.6...eve ee neln4. 5/10x.03 pm- Yet mon.0(h 01071 and Mgp, 0,11.1145151.9 4510418 CV pmlu..16.4any n07 a.60.111ca1a c.11e11l47 rl C00. 0 Board S9..Sa app Happen at%00.3511520,1150.$'•4'121 Oetun n.5mp./... eine.. -5/55231 00u.5wp.n..0d AoEv..r alio c 1,..a Consumer•IervimcI.aa.w Mor 2 4..x0.,r.r„m..ier... 1Accost 1.32119 5 E.Nwo,oat 7,10.0,9..3071 Dos: .16700 Tr.2101nxnrnmw.a.�n.:de n.m.101 Professional Surveyor and Mapper License Professional Surveyor and Mapper Business License 001..kpo.r.0o..04 L'Impu.a5_.110nda 011106. cedvavecni,w,Clep0.4TLF10n,,S...n. MANUEL157RA JR MANLIL 6 V0M t A7l0C3 WC au t _/1 e q 1J65SW 41TH - ST lut.e v-'si 13W SW Crrli ST n er1.111 MIAMI.Fl 9311544. MIAMI,FL 33I151461 XIVVSLIN1y.1'-t1UfL NKY9.E'NO0 RIO4 _. c..4w5M.M6A OR AMIY1LTUPk rCWSn551/...FA4IllaR NFL IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 1-33 Ki 7.I ey>>>H o r n DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND iniversal Engineering I irensee Details Licensee Information Name: JAIME,STEVE(Primary Name) Main Address: 2540 SW 131ST COURT MIAMI Florida 33175 County: DADE License Mailing: LicenseLocation: License Information License Type: Engineering Intern Rank: Eng Intern License Number: 1100017003 Status: Current Licensure Date: 01/12/2013 Expires: Special Qualifications Qualification Effective Alternate Names a ! Rmfhfankf•ncn _1;4 "e, AI BPI 'z _f STATE OF FLORIDA BOARD OF PROFESpatiAI.ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES VILLA,REINALDO JESUS 12868 NW 8TH STREET MIAMI P133182 LICENSE NUMBER:P172242 EXPIRATION DATE:FEBRUARY 28,2021 Always verity licenses online at Myflondalcetne ton Do not alter this document m any fan,. r r • This is your License-It is unlawful for anyone other than the licensee to use this document. IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 1-34 Ki m ley>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND I TAB 2 — Experience & Qualifications of Proposing Firm 2.1 Qualifications of Proposing Firm Kimley-Horn - Florida Offices Kimley-Horn has been providing a wide variety of design services for municipal clients since its founding in 1967. We are _. o. 0Jacksonville an employee-owned multidisciplinary firm : . — ssee Panama City Beach with 90+ offices in the U.S. and Puerto Rico, including 16 offices and more than Gainesville 800 professional and support staff in Florida. Our Ocala Coral Gables office has a local staff of 67 employees. Orlando From this location, we provide local clients with responsive, professional service. O Kimley-Horn will provide the City with a team of local professionals with O relevant experience, supported by our nationwide resources to ensure Tamp p Lakeland Styou have the responsiveness you expect from a local firm and the depth Petersburgi Vero Beach of resources needed to complete this ambitious project on time. Sarasota Kimley-Horn is recognized nationwide for the quality of its work environment, for its stature as a business enterprise, and for the outstanding work of its Port Myers 0 3B�IDelBay y consulting staff. The firm's successful peer recognition has been accompanied 0 Plantation by a commitment to providing responsive client service, pursuing continuous quality ' Miami improvement, and operating as a business-based practice. Our clients benefit from the resources of a nationally recognized organization while receiving the personal attention and ,. response of a small dedicated professional team. Having extensive undergrounding experience, we recognize what it takes to upgrade the City's infrastructure, and we have assembled a team that provides you with the right experts and support to complete the undergrounding program successfully. Our commitment to working locally, understanding the needs of our clients, and providing practical, economical, and technically sound solutions is what makes Kimley-Horn unique. Our integrated engineering staff, coupled with our team of specialty subconsultants, are uniquely qualified to serve you on RFQ No. 2020-008-ND, Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities. Our team of dedicated professionals are prepared to provide the City with all the design and construction administration services listed in this RFQ, including: • Land Surveying • Mechanical Engineering • Utility Coordination • Geotechnical Engineering • Utility Locations/Assessment • Landscape Architecture • Easement Acquisition • Construction Review/Constructability • Public Information/Resident Coordination • Construction Administration • Civil Engineering • Construction Inspection Services • Electrical Engineering • Environmental The diversity of services that we offer to our clients allows us to be an effective and responsive consultant, not just another engineer. Our depth of resources means that you will benefit from the knowledge and relationships of experienced professionals who practice engineering for municipalities on a daily basis. IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 2-1 Kimley>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Subconsultants Media Relations Group, Public involvement Media Relations Group, LLC(MRG), located in Miami, specializes M R G Media Relations Group, LLC in public and private sector involvement campaigns. The company serves as a spokesperson for clients and provides media relations services in both English and Spanish. MRG also offers marketing and graphic design services, organization of business interests, and grassroots door-to-door consensus building. For over 20 years, MRG has successfully executed public involvement campaigns/projects and outreach efforts for the Miami- Dade Water and Sewer Department(MD-WASD), Florida Department of Transportation's (FDOT) Districts One, Four, Five and Six, Miami-Dade Expressway Authority, Florida's Turnpike and numerous municipalities such as the Village of Key Biscayne and the City of Miami Beach at all phases, including Planning, PD&E, Design, Design-Build and Construction. Working with these agencies has provided the firm with an excellent understanding of the community needs as well as the necessary partnerships to facilitate all outreach activities that will be required as part of this project. Waypoint Engineering, Commercial Service Design Waypoint Engineering has extensive experience with utility design, including electrical Kw az sr distribution systems, civil engineering for installation of utilities including water, WAYPOINTsewer, electric, telecommunications facilities, structural and mechanical design for „a,•z,„ telecom facilities. The firm's founder, Russell Morrison, P.E., is a former Kimley-Horn employee who has experience with utility installations and coordination between water/sewer/drainage facilities, conflict avoidance. M.G. Vera&Associates, Land Surveying and Utilities Locating M.G. Vera&Associates has the history, experience and capabilities/equipment to provide the necessary r/w and topographic surveys including Subsurface Utility Engineering services M.G. VERA ERA that will be needed for a successful design.The firm has been providing design survey and &ASSOCIATES right of way mapping services to the South Florida clients for more than 40 years, servicing local municipal clients including the City of Miami Beach, Miami-Dade County, Miami-Dade Aviation Department, Miami-Dade Water and Sewer, Miami-Dade Expressway Authority, and the City of Miami. Universal Engineering Sciences, Geotechnical Engineering Universal Engineering Sciences, Inc. (UES) has provided professional geotechnical ®U N 1 V E RS AL engineering services throughout the southeast since founder and CEO Seymour Israel ENGINEERING SCIENCES first opened our doors in 1964. Headquartered in Orlando, Florida and led by Sy's son and company president, Mark Israel, UES' foundation of community, technical expertise, and the relentless pursuit of excellence remains stronger than ever. Now in the firm's sixth decade, UES has grown into one of the largest family-owned geotechnical firms in the country. Employing nearly 1,000 professionals from the DC Metro Area to Miami, UES has provided a broad range of geotechnical engineering services such as building code compliance, environmental engineering, construction materials testing, and threshold inspection on some of the most prominent and significant projects in the United States. IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 2-2 1(1111ley>>>Horn DocuSign Envelope ID: 1CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Similar Project Experience for Municipal Clients Kimley-Horn has successfully partnered with numerous South Florida municipalities, as well as clients across the nation on similar infrastructure projects. Our depth of experience with a variety of project types allows us to provide the City with staff who understand local regulatory challenges and have strong relationships with key stakeholders. Because these local professionals have a proven track record working on similar projects, there will be no learning curve to contend with. As a consulting for the City's ongoing resiliency efforts, the Kimley-Horn team understands the challenges the City faces and is ready to continue confronting them head-on as a trusted advisor on this important project. The following projects are representative of our experience relating to the services sought under RFQ No. 2020-008-ND: Townwide Undergrounding of Utilities, Palm Beach, FL Subsequent to a state of Florida mandate that FPL ..,. "storm harden" all vital infrastructure and utility lines - • statewide, resulting in the installation of taller, concrete -`-- electric poles, the Town of Palm Beach chose instead r A r ti'"'a'F AC II to convert all aerial electric, communication, and cable ' , lines to an underground location. Kimley-Horn serves as _• program manager and prime consultant designing and I u~r•r N Y'` I t)t permitting the underground conversion process in close %a' rw~A( tilt ie coordination with FPL, AT&T and Comcast. Kimley-Horn MASTER PLAN first developed a master plan to outline the schedule, sequencing, phasing, management of traffic impacts, project delivery methods, data collection, public outreach, design criteria, and projected costs. At the Kimsey-Horn same time, Kimley-Horn performed the detailed design of Phase 1 of the program, which is now complete. Kimley-Horn and the Town also performed planning to address Town infrastructure needs (stormwater, gas, water and sewer)to determine if any renovation or replacement should occur while the underground utility work is underway.The benefits of undergrounding these utilities include improved neighborhood aesthetics, increased service reliability, and increased levels of safety as the lines are no longer exposed. The entire program, which began in 2016, is expected to take 10 years to complete. Project Details • Agency Name:Town of Palm Beach • Contact Telephone & Email: (561) 833-8827; • Agency Contact: Patricia Strayer, P.E. pstrayer@townofpalmbeach.com • Year(s) and Term of Engagement: 2016—Ongoing Master Planning for Key Biscayne Village-Wide Undergrounding of Utilities Program In recent years, the Village has been investigating the feasibility of relocating existing overhead utilities (electric, telephone, and cable)to an underground location to • enhance the safety, reliability and aesthetics of these '�� I facilities within the Village. In August 2017, Kimley- c`'1►i,. "` '^tet\ • Horn was selected to be the engineer for the Village's \ , �� rr T - 4: undergrounding program to relocate overhead utilities to an underground location. "' • The design and construction of the undergrounding =r ;� program is anticipated to take multiple years to '^{ „ ;`;. - complete. The underground program will be broken into multiple phases that can be constructed on an = — • — annual basis. In order to balance potentially competing IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 2-3 Kimley>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No 2020-008-ND priorities such as cost, project duration, traffic impacts for this large-scale project, development of a Master Plan was recommended in order to evaluate these priorities ahead of any detailed design of any single undergrounding phase. The goals of the Master Planning process are as follows: • Data collection of existing utility infrastructure and • Recommendations related to deployment of new planned major construction projects broadband infrastructure • Coordination with project stakeholders • Development of an opinion of schedule for the program • Public outreach to keep the community informed of • Development of an opinion of cost for the program project progress • Development of a Transportation Management Plan • Development of a phasing and sequencing plan for new • Development of design criteria for the program underground facilities that will serve as a guide during the • Recommendations for project delivery methods detailed design phases • • Recommendations related to phasing and sequencing of Risk Assessment concurrent infrastructure improvements The Master Plan will serve as a guide for the overall program. An Undergrounding Utility Task Force (UUTF) appointed by Village Council provides direction/input and feedback to Kimley-Horn on all elements of the Master Plan. Project Details • Agency Name:Village of Key Biscayne • Contact Telephone & Email: (305) 365-7568; • Agency Contact: Jake Ozyman, P.E. jozyman@keybiscayne.fl.gov • Year(s) and Term of Engagement: 2018-Ongoing Miami DDA Utility Undergrounding Feasibility Assessment, Miami, FL Kimley-Horn was selected to be the engineer for the Miami DDA's Utility Undergrounding Feasibility Assessment.The Assessment NE 2nd Avenue&NE 21st Street investigates the extent of existing overhead facilities within the Miami DDA's boundaries and each of its Districts, the type of - existing facilities, and provides information on the cost, schedule, ---- NW __.--- funding mechanisms, and next steps for use in evaluating future , projects or policies.The purpose of the feasibility analysis is to provide information that will help policy-makers determine whether .;, '•�` .' such a conversion would be feasible given current anticipated - , .: ,.._, 4.4 . costs and construction impacts. A detailed opinion of probable ' - --=:L , �� ..„: costs for each District and the entire DDA was developed based ^ - • upon extensive field data collection and conversion of existing c —'? �� *mss a utility information into a query-able GIS dataset which was utilized Before to evaluate the total length and quantity of each utility, roadway impacts, and other critical information as well as develop maps which were included in the report that allow for visualization of the extent of existing facilities. Project Details fr : �• • Agency Name: Miami DDA R - - _`` • Agency Contact: Patrice G. Smith ) •t'' '�`" • Contact Telephone& Email: (305) 379-6583; r' pgsmith©miamidda.com `- . _ _ '- w • Year(s) and Term of Engagement: 2017-2018 `—�' iii- *iall t After IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 2-4 1(11111ey>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Worth Avenue Improvement Project, Palm Beach, FL Kimley-Horn served as site civil, traffic, and undergrounding i ,- engineer for this exciting project within the Town that was brought %! ` to life by a group of property owners along Worth Avenue who wanted to revitalize the area and bring it back to its former glory. As • 1 �; £ a subconsultant to Bridges, Marsh and Associates, Inc., Kimley- s;;, -1 rHorn was responsible for the design of all the civil, traffic, and n,. ,, undergrounding of overhead utilities on the project. We provided iii ;;. i - the detailed design of the electrical, telephone and cable utilities throughout the three-block corridor in the Mid-Town area. We •j ' partnered with Brannon &Gillespie and Shutts& Bowen to assist in ,r . the electrical and easement acquisition elements of the project. To li° date,this remains the most significant undergrounding effort ever -_ successfully accomplished in the Mid-Town area. The project also included the construction of a new roadway section, replacement _ - .t�� and modification of various other underground utilities, replacement •=...,. of sidewalks with decorative tabby concrete, and the introduction '_ - of many landscaping and architectural elements throughout the corridor. The project was completed on-time and nearly$1 million under its established budget. Project Details • Agency Name:Town of Palm Beach • Contact Telephone& Email: (561)838-5440; • Agency Contact: Eric Brown ebrown@townofpalmbeach.com • Year(s) and Term of Engagement: 2009—2010 Lake Towers Underground Utilities Conversion, Palm Beach, FL Kimley-Horn served the Town to perform the I, K undergrounding of overhead utilities for this project near } ,� Bradley Place and Wells Road. Kimley-Horn designed . . the conduit and pullbox infrastructure for the electric .,w and cable utilities (telephone was already underground s.. in this location) along with providing easement I` " acquisition assistance, utility provider coordination, 'E'�• :14 .� and infrastructure upgrade design services. Because # , - z this project was essentially an "island" of underground ,t ' , "s infrastructure, there was a need to coordinate the end f ' conditions for the north and south limits of the project. p i Ultimately, the rear easement power lines were removed Fa with the homes and condominium being served from . ,_ • - new underground utility infrastructure. The project - included the installation of underground FPL, AT&T, and Comcast conduit, and associated transformers, Befw After vaults, pull-boxes, and handholes, etc. The project also included paving restoration and site restorations. - Project Details • Agency Name:Town of Palm Beach • Contact Telephone & Email: (561) 833-8827; • Agency Contact: Patricia Strayer, P.E. pstrayer@townofpalmbeach.com • Year(s) and Term of Engagement: 2015—2017 IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 2-5 Kimley>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Nightingale Trail/La Puerta Way Underground Utilities Conversion, Palm Beach, FL - Kimley-Horn was selected to provide design, construction document preparation, permitting, bid and construction phase services for the project. The project included the • 4 4 installation of underground FPL, AT&T, and Comcast � R conduit, and associated transformers, vaults, pull-boxes, f zap and handholes, etc. within Town right-of-way or easements. .40,E _a 4' ' The project also includes the installation of service conduit - „ and service conductors on private property. Paving, grading, drainage improvements, and water main relocations were - also completed on La Puerta Way. ti Project Details • Agency Name:Town of Palm Beach • Contact Telephone & Email: (561) 833-8827; • Agency Contact: Patricia Strayer, P.E. pstrayer@townofpalmbeach.com • Year(s) and Term of Engagement: 2015—2017 Clematis 300 Block Alley Undergrounding of Utilities, West Palm Beach, FL The City of West Palm Beach selected Kimley-Horn to prepare a design to improve the pedestrian experience within this alley on Clematis Street. In addition to various infrastructure and decorative paver improvements, Kimley-Horn performed the underground conversion design of all communication and electrical service lines. Kimley-Horn designed the conduit and pullbox infrastructure for the electric services, telephone and cable utilities along with providing utility provider coordination and infrastructure upgrade design services. Project Details • Agency Name: City of West Palm Beach • Contact Telephone & Email: (561) 882-1087; • Agency Contact: Uyen Dang, P.E. kudang@wpb.org • Year(s) and Term of Engagement: 2017—2019 Brickell City Centre, Miami, FL - Located at the core of the City's financial district, Brickell City • ` '" • Centre is a nine-acre mixed-use development. The site comprises approximately three city blocks. At completion, this$1.05 billion 4 • project includes 2.9 million square feet of retail, office, residential, `. 1 i • and entertainment space.The parking demand for this proposed I 4 + development is satisfied by the construction of a two-level subterranean parking garage, which will extend beneath the T • right of way for full connectivity between the three blocks.This ( ; • LEED Neighborhood Certified project will also include sustainable ' } • elements such as a climate ribbon, green roofs and cisterns for �• ' irrigation use. As the engineer of record, Kimley-Horn is providing an array of civil engineering, transportation planning, and traffic engineering services. The scope of work includes design, permitting, and construction administration for the installation of more than of 7,000 linear feet of new water and sewer utilities within an extremely congested utility corridor; full roadway reconstruction including drainage improvements; traffic signalization; and onsite stormwater management. Project Details • Agency Name: Swire Properties • Contact Telephone & Email: (305) 371-3877; • Agency Contact: Jeff Benson jbenson@swireprops.com • Year(s) and Term of Engagement: 2011 —2017 IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 2-6 1(11111 ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B E AC H I Facilitation, Coordination, and Technical Assistanceel Services for the Undergrounding of Utilities RFQ No.2020-008-ND Miami Worldcenter, Miami, FL Spanning more than 20 acres, the Miami Worldcenter includes approximately 13 million square feet of retail, residential, office, ' \ and institutional uses. As proposed, the Center will create a vibrant, walkable pedestrian environment with a unique sense '� of place: a modern design statement driven by Miami's unique .-"N' physical context, culture, and architectural heritage. ` .,' Kimley-Horn partnered with a private developer, the City of Miami, .-1.. ,' ` + the Miami Community Redevelopment Agency(CRA), and other stakeholders in preparing typical sections for streetscapes for ' the City's largest proposed downtown project. Kimley-Horn also .' , partnered with numerous utility companies to determine existing • ;; underground conditions. Once this information was obtained, _O. , Y k we worked with multiple stakeholders to develop and evaluate .. •`� y various streetscape options for roads and avenues within the .`'' • '. `.,ti ':'-u! ;; ;...,. - multi-block project limits. {V i 1 $•, 1 r•: Hyl 4 Project Details Ili,. - ,001 • ,-,,•46 . 1 • Agency Name: Miami Worldcenter • Agency Contact: Ben Feldman ' • Contact Telephone & Email: (305) 895-8914; .wvet A* '', ' '� 'I 'TK 'h benf©miamiworldcenter.com ',+,,• yit ,yi `4:0;4491J A �, ,. .`"? • Year(s) and Term of Engagement: 2008-2016 '' • Capital Cascades Trail/FAMU Way, Tallahassee, FL Kimley-Horn provided multidisciplinary services relating to the design of this greenway, including effective community .-., participation and consensus building; environmental evaluation; :; stormwater management; landscape and park amenities that n ° .1,. provide a unifying community concept; construction cost .. estimation; and greenway and trail connectivity improvements. 5 N,; This diverse project included 3,500 linear feet of box culvert (12' x - ; 9' and 10 'x 9'), a 5-acre walled stormwater management facility, ` i; ti 6,000 linear feet of water line improvements, 3,200 linear feet - • , v..,,, is of 24-inch gravity sewer, 4,000 linear feet of 12-foot multi-use j- A°"k; ', c '� path, a playground, and other passive hardscape recreational ', .,, , areas.This project was designed, permitted, and constructed �` in conjunction with the directly adjacent FAMU Way Roadway at't .�, "�- Project by the City of Tallahassee. i FLr4 P* 4. ` • The project was vetted through numerous public charrettes and the Blueprint Citizen Advisory Committee and Technical Coordinating Committee to balance community needs and wants.The project corridor is located directly adjacent to Florida Agricultural &Mechanical University(FAMU). The FAMU and City Hs I.••I 1� II I •of Tallahassee leadership teams were involved from the start-up, _ , ` quill planning, layout, design, sequencing, and construction scheduling. .. l Major overhead transmission lines were protected/relocated — - as a part of this project. All overhead distribution lines were ---1 relocated underground, fiber, cable, and telephone line "-"`� IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 2-7 Kimley>>>Horn DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AMI B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND relocations were coordinated, and safety pedestals with 911 connectivity were designed along the multi-use trail. The project included major sanitary sewer utility relocations that corrected aging infrastructure and relocated utilities to align with improvements. To ensure the success of this project, Kimley-Horn worked with Blueprint 2000 and the City of Tallahassee to accomplish these objectives: • Extensive public outreach—listening, understanding, and incorporating neighborhood and other stakeholder desires • Continuous internal and external communication • Balancing of various project objectives to achieve win-win designs while always keeping permitability/constructability in mind • Building on and refining stormwater quality/quantity models, which will guide selection of effective and cost-efficient system components • Optimizing flood damage reduction and stormwater quality treatment with environmentally enhancing and aesthetic designs • Investigating off-site storage opportunities and attenuating the FAMU Way extension project • Long-term, low-cost maintenance through design • Efficiency in every step of the process and cost-effective designs, recognizing that we are the stewards of the taxpayer's money and trust Project Details • Agency Name: Blueprint 2000 & Beyond • Contact Telephone & Email: (850) 701-2740 ext. • Agency Contact: Gary Phillips 4712; gary.phillips@blueprint2000.org • Year(s) and Term of Engagement: 2011 —2016 - , p. • .1..o/ab , ./ r. >. it INK, i ---- - _ _ ._ - 4 -ii -- • AAs ,-. «�,,a, . 'YS. �f - f ' :AL • i'..,., -\\ '''' . .' '-44.A; ':., . _.:,...1,7,,. ..deeit' Air r • , . ll - . IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 2-8 Ki m l ey >>>H o r n DocuSign Envelope ID:1 CBB365B-CEBC-4783-8E47-C0112F6E4838 MIAMIBEACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND ITAB 3 — Experience & Qualifications Proposer's Team 3.1 Qualifications of Proposer Team Organizational Chart MIAMI B EACH Principal-in-Charge Project.Manager 11111411 QA/QC Mana!er '. Kevin c anen,l'L. Barton Fye, P.E., , P Josh Horning, P.E.,LEED AP Overhead to Underground Roadway and Traffic Public Involvement Conversion Design Leonte Almonte, P.E. Alicia Gonzalez Ken Pasken, P.E. Burt Baldo, P.E. Jorge Valens Maggie Giraldo, P.E. John McWilliams, P.E. Media Relations Group Brett Johnson, P.E. Environmental and Commercial Kaitlin Dombrowski, P.E. Coastal Services Service Design GIS Mapping David Goldman, P.G. Russell Morrison, P.E. Erin Emmons, GISP Structural Engineering Waypoint Engineering Maggie Giraldo, P.E. Juan Fuentes, P.E. Land Surveying and Landscape Architecture Utilities Locating George Puig, PLA,ASLA Construction Manuel Vera,Jr., PSM Administration Mark Sowers, PSM Civil and Utilities Engineering Mike Parsons M.G. Vera&Associates Juan Jimenez, P.E. Maggie Giraldo, P.E. Geotechnical Engineering Rey Villa, P.E. Universal Engineering IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 3-1 1(11111ey>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Kevin M. Schanen, P.E. Principal-in-Charge Townwide Undergrounding of Utilities Program,Town of Palm Beach,Palm Beach,FL–-Project Special Qualifications manager.Subsequent to a state of Florida mandate that FPL"storm harden"all vital infrastructure and utility lines statewide,resulting in the installation of taller,concrete electric poles,the Town of Palm Has 21 years of diverse engineering Beach chose instead to convert all aerial electric,communication,and cable lines to an underground and project management experience location.Kimley-Horn serves as program manager and prime consultant designing and permitting the underground conversion process in close coordination with FPL,AT&T and Comcast.Kimley-Horn Experienced project manager with first developed a master plan to outline the schedule,sequencing,phasing,management of traffic a wide variety of municipal projects impacts,project delivery methods,data collection,public outreach,design criteria,and projected including wastewater, and of utilities, costs.At the same time,Kimley-Horn performed the detailed design of Phase 1 of the program,which , water,wastewater,and stormwater is now complete.Kimley-Horn and the Town also performed planning to address Town infrastructure utilities,structures,restoration and needs(stormwater,gas,water and sewer)to determine if any renovation or replacement should occur rehabilitation,community parks, while the underground utility work is underway.The benefits of undergrounding these utilities include streetscapes,and infrastructure improved neighborhood aesthetics,increased service reliability,and increased levels of safety as the improvements lines are no longer exposed.The entire program,which began in 2016,is expected to take 10 years to Software experience includes Ad- complete.2016-Ongoing ICPR,WaterGEMS,STAAD,AutoCAD Agency Name:Town of Palm Beach Civil30,ASAD,and MathCAD Agency Contact:Steve Stern,Underground Utilities Program Manager; 561.227.7077;sstern@ townofpalmbeach.com = Past recipient of the Engineer of Master Planning for Key Biscayne Village-Wide Undergrounding of Utilities Program,Key the Year award from the Florida Biscayne,FL—Principal-in-charge.The design and construction of the undergrounding program is Engineering Society,Palm Beach anticipated to take multiple years to complete.The underground program will be broken into multiple County Chapter phases that can be constructed on an annual basis.In order to balance potentially competing priorities IPast recipient of an Outstanding such as cost,project duration,traffic impacts for this large-scale project,development of a Master j Young Alumnus Award from the Plan was recommended in order to evaluate these priorities ahead of any detailed design of any single University of Florida undergrounding phase.2018-Ongoing Agency Name:Village of Key Biscayne .• Graduate of the Florida Engineering Agency Contact:Jake Ozyman,P.E.,Director of Public Works;305.365.7568;jozyman@keybiscayne. Leadership Institute(FELT) fl.gov Lake Towers Underground Utilities Conversion Project,Palm Beach,FL—Project manager for the Board Member–University of Florida undergrounding of overhead utilities for this project near Bradley Place and Wells Road.Kimley-Horn Engineering School of Sustainable designed the conduit and pullbox infrastructure for the electric and cable utilities(telephone was Infrastructure and the Environment already underground in this location)along with providing easement acquisition assistance,utility External Advisory Board provider coordination,and infrastructure upgrade design services.Because this project was essentially Professional Credentials an"island"of underground infrastructure,there was a need to coordinate the end conditions for the Bachelor of Science,Civil north and south limits of the project.Ultimately,the rear easement power lines were removed with the Engineering,University of Florida, homes and condominium being served from new underground utility infrastructure.2015-2017 1998 Agency Name:Town of Palm Beach Agency Contact:Patricia Strayer,Town Engineer;561.833.8827; pstrayer@townofpalmbeach.com = Professional Engineer in Florida, Town of Palm Beach Nightingale Trail/La Puerta Way Underground Utilities Conversion,Palm #60251,June 23,2003 Beach,FL—Project manager.Kimley-Horn served the Town to perform the undergrounding of -R American Public Works Association overhead utilities for this neighborhood project on the North end of the Island.Kimley-Horn designed (APWA) the conduit and pullbox infrastructure for the electric,telephone,and cable utilities along with providing Florida Engineering Society easement acquisition assistance,utility provider coordination,and infrastructure upgrade design services.Because this project was essentially an"island"of underground infrastructure,there was a Palm Beach County League of Cities need to coordinate the end conditions for the north and south limits of the project.Ultimately,the rear (Associate Member) easement power lines were removed with the homes being served from utility infrastructure in the front street rights-of-way.2015-2017 Agency Name:Town of Palm Beach Agency Contact:Patricia Strayer,Town Engineer;561.833.8827; pstrayer@townofpalmbeach.com Page 3-2 Kimley )Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Joshua D. Horning, P.E., LEED AP QA/QC Manager Master Planning for Key Biscayne Village-Wide Undergrounding of Utilities Program,Key Biscayne,FL Special Qualifications Project manager.The design and construction of the undergrounding program is anticipated to take multiple • Has 16 years of civil years to complete.The underground program will be broken into multiple phases that can be constructed on an engineering experience annual basis.In order to balance potentially competing priorities such as cost,project duration,traffic impacts for this large-scale project,development of a Master Plan was recommended in order to evaluate these • Extensive experience priorities ahead of any detailed design of any single undergrounding phase.2015-Ongoing in project management Agency Name:Village of Key Biscayne of large and small Agency Contact:Jake Ozyman,P.E.,Director of Public Works;305.365.7568;jozyman@keybiscayne.fl.gov land development and Townwide Undergrounding of Utilities Program,Town of Palm Beach,Palm Beach,FL—Project engineer. infrastructure projects Subsequent to a state of Florida mandate that FPL"storm harden"all vital infrastructure and utility lines • Efficient design and statewide,resulting in the installation of taller,concrete electric poles,the Town of Palm Beach chose instead construction administration to convert all aerial electric,communication,and cable lines to an underground location.Kimley-Horn serves as program manager and prime consultant designing and permitting the underground conversion process in close • Design of water,sewer,and coordination with FPL,AT&T and Comcast.Kimley-Horn first developed a master plan to outline the schedule, drainage facilities sequencing,phasing,management of traffic impacts,project delivery methods,data collection,public outreach, design criteria,and projected costs.At the same time,Kimley-Horn performed the detailed design of Phase 1 Professional Credentials of the program,which is now complete.Kimley-Horn and the Town also performed planning to address Town Bachelor of Science, infrastructure needs(stormwater,gas,water and sewer)to determine if any renovation or replacement should Civil Engineering,Purdue occur while the underground utility work is underway.The benefits of undergrounding these utilities include University,2003 improved neighborhood aesthetics,increased service reliability,and increased levels of safety as the lines are no longer exposed.The entire program,which began in 2016,is expected to take 10 years to complete.2016 " Professional Engineer in Ongoing Florida,#67505,January Agency Name:Town of Palm Beach 17,2008 Agency Contact:Steve Stern,Underground Utilities Program Manager;561.227.7077; sstern@ • Professional Engineer in townofpalmbeach.com California Josh worked on the following projects prior to joining Kimley-Horn: • LEED Building Design+ Utility Undergrounding,Sunny Isles Beach,FL—Project manager for the City of Sunny Isles Beach in a Construction,#10536265 $6-million conversion of existing aerial utilities to underground facilities.The scope of this work involved right- • American Society of Civil of-way survey and existing utility research,utility design coordination and consolidated design plans for the Engineers(ASCE),Member conduit installation of existing utility providers including FPL,ATT,Comcast,Atlantic Broadband,and Hotwire as well as new conduit for future use by the City for internal communications.Project involves collaboration with FDOT project manager who has a RRR project scheduled to begin immediately after our work is complete. This project will include a portion of their scope to avoid having to repeatedly restore existing roadway and sidewalk providing significant savings to the City and State.The project involves significant trenching along a busy stretch of Collins(A1A)in Sunny Isles Beach.Work will need to be completed at night considering the intensity of the pedestrian and vehicular traffic in the area.Working closely with City staff to facilitate easement agreements with local residents and businesses to allow for FPL equipment placement and energizing. Agency Name:HPF Associates Agency Contact:Paul Abbott,Owners Rep,305-773-6255 ptgbhtl@aol.com Utility Undergrounding,Fort Lauderdale,FL—Project manager for the City of Fort Lauderdale in a $7.5-million conversion of existing aerial utilities to underground facilities.The scope of this work involves existing utility research,utility design coordination and consolidated design plans for the conduit installation of existing utility providers including FPL,ATT and Comcast.Reconfiguration of residential roadway profiles results in a need to relocate existing City utilities including fire hydrants and sanitary sewer lift station equipment. Landscape reconstruction will also be a substantial part of this project.Project involves close collaboration with resident HOA representatives,City officials and FPL to facilitate equipment placement and energizing. The project involves significant trenching along a very narrow right away and in an extremely sensitive neighborhood.Public outreach and communication is a significant concern. Agency Name:City of Fort Lauderdale Agency Contact:Hal Barnes,Neighborhood Support Manager; 954.828.5065;hbarnes@fortlauderdale.gov IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd Kim ley>>)Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Kenneth A. Pasken, P.E. Overhead to Underground Conversion Design4114:k City of Hollywood Continuing Services Contract for Utilities and Infrastructure,Hollywood,FL Special Qualifications Project engineer.Kimley-Horn has been serving the City of Hollywood since 2011 on a variety of utility and Ken has eight years of civil infrastructure projects including:South Park Road 16-inch Force Main Upgrade;Water Main Replacement engineering experienc in retail, Program 11-5110—Hollywood Blvd.to Pembroke Road,1-95 to S.26th Avenue;Water Main Replacement mixed-use,and hospitality Program 12-5114—Hollywood Blvd.to Pembroke Road,S.26th Avenue to S.Dixie Highway; and 6-inch to land development in South 16-inch Water Main Replacement Program 14-5122—Hollywood Blvd.to Moffett Street,U.S.1 to Intracoastal Florida Waterway(Phase III).Kimley-Horn's services include design and preparation of construction documents, regulatory assistance,assistance with bid and award of the construction contract,and construction . Areas of specialization administration services.2011 -Ongoing include water and sewer Agency Name:City of Hollywood main plan and profile design, Agency Contact:Clece Aurelus P.E.,Engineering Support Services Manager; 954.921.3930;caurelus@ drainage system design,site hollywoodfl.org planning,circulation and Swire Properties,Brickell City Centre,Miami,FL—Project analyst and assisting with preparation of maneuverability analyses,and off-site roadway construction documents and on-site civil engineering documents,as well as permitting. local jurisdictional permitting Brickell City Centre is a nine-acre mixed-use development and is comprised of approximately three city blocks.At completion,this$1.05 billion project will include 2.9 million square feet of retail,office,residential, Has worked on a number of and entertainment space.As the engineer-of-record,Kimley-Horn is providing an array of civil engineering, high-profile projects in Miami, transportation planning,and traffic engineering services.The scope of work includes design,permitting,and including Brickell City Centre construction administration for the installation of more than of 7,000 linear feet of new utilities within an and the Saxony Hotel extremely congested utility corridor;full roadway reconstruction including drainage improvements;traffic Proficient with AutoCAD and signalization; and on-site stormwater management.2011 -2017 MathCAD Agency Name:Swire Properties Agency Contact:Jeff Benson;305.371.3877;jbenson@swireprops.com Professional Credentials Miami Worldcenter,Miami,FL—Project engineer.Kimley-Horn partnered with a private developer,the • Bachelor of Science,Civil City of Miami,the Miami Community Redevelopment Agency(CRA),and other stakeholders in preparing Engineering,University of civil engineering and landscape architecture design for the City's largest downtown project.Kimley-Horn Florida,2009 partnered with numerous utility companies to determine existing underground conditions and coordinate, Master of Engineering,Civil facilitate,and design the relocation and upgrades of multiple underground utilities within and surrounding Engineering,University of the project area.Once this information was obtained,we worked with multiple stakeholders to develop and Florida,2011 evaluate various streetscape options for roads and avenues within the multi-block project limits.2008-2016 Agency Name:Miami Worldcenter Professional Engineer in Agency Contact:Benjamin Feldman,Director; 305.895.8914; benf@miamiworldcenter.com Florida,#78543,January 1, City of Homestead,Mowry Drive Roadway Improvements,Homestead,FL—Project analyst for the new 2015 construction and widening of Mowry Drive(SW 320th Street)from SW 157th Avenue to SW 152nd Avenue. The existing roadway consisted of a one-lane paved road and was proposed to be converted to a four-lane divided urban section with bike lanes on both sides.The project included design and preparation of roadway, drainage,signing and marking,lighting,water main extension,landscaping and irrigation plans.As part of the project,environmental and drainage permits were obtained from SFWMD,RER and USAGE.The project also included preparation of bid documents and construction supervision.2012-2014 Agency Name:City of Homestead Agency Contact: Rick Ammirato,Assistant City Manager; 305.224.4481;RAmmirato@cityofhomestead.com Alton Road PD&E Study(5th Street to Michigan Avenue),FDOT District Six,Miami Beach,FL—Project analyst for the Kimley-Horn team performing a PD&E study to document the requirements for preliminary design for SR 907(Alton Road)from 5th Street to Michigan Avenue(in Miami Beach),including the flyover ramp connector between SR 836 and SR 907.The study includes existing conditions,typical sections,traffic analysis,right-of-way requirements,environmental impacts,and cost of improvements.2007- 2015 Agency Name:Florida DOT District Six Agency Contact:Daniel Iglesias,Consultant Management; 305.470.5289; danny.iglesias@dot.state.fl.us Page 3-4 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Margarita R. Giraldo, P.E. Overhead to Underground Conversion Design, GIS Mapping, Construction Administration Master Planning for Key Biscayne Village-Wide Undergrounding of Utilities Program,Key Biscayne, FL—Project analyst.The design and construction of the undergrounding program is anticipated to take Special Qualifications multiple years to complete.The underground program will be broken into multiple phases that can be Has five years of engineering constructed on an annual basis.In order to balance potentially competing priorities such as cost,project experience duration,traffic impacts for this large-scale project,development of a Master Plan was recommended in order to evaluate these priorities ahead of any detailed design of any single undergrounding phase.2019 Involved with stormwater Ongoing management design projects, Agency Name:Village of Key Biscayne on-site inspections,water sample Agency Contact:Jake Ozyman,P.E.,Director of Public Works; 305.365.7568;jozyman@keybiscayne.fl.gov calculations,and laboratory Geographic Information Systems(GIS)Sewer Collection and Transmission System Atlas,Medley, analysis FL—Project analyst for the development of a GIS sewer atlas for the Town.Miami-Dade County Water rilit Proficient in AutoCAD,ArcGIS, and Sewer Department entered into a consent decree with the Environmental Protection Agency.As part and MatLab of this consent decree,all large volume customers of the department,of which the Town in one,must provide the department with a GIS atlas of their sewer facilities which can interface with the department's Professional Credentials existing GIS atlas.Within only 60 days from start to finish,Kimley-Horn gathered data on the existing Bachelor of Science, facilities within the Town's 4,500-acre service area and created a GIS atlas following the requirements set Environmental Engineering, forth by MDWASD.2015-2019 University of Miami,2014 Agency Name:Town of Medley Agency Contact:Jorge Corzo,P.E.,Town Engineer; 305.889.1915;jcorzo@townofmedley.com Professional Engineer in Florida, #87428,June 1,2019 NW South River Drive Segment 826-72A,Medley,FL—Project engineer.Kimley-Horn is the engineer of record and responsible for construction oversight for the rehabilitation and improvements American Society of Civil to the segment of South River Drive between the Palmetto Expressway and NW 72nd Avenue as well Engineers(ASCE) as NW 74th Avenue from NW 80th Street to NW South River Drive.The project includes the installation American Water Works of drainage and utility improvements; roadway resurfacing,widening,and grading corrections; new Association(AWWA) pedestrian and bicycle facilities;and new streetscape and lighting improvements.Kimley-Horn prepared Water Environment Federation the construction documents,permitted the project,provided assistance during the bid phase,provided (WEF) public involvement and stakeholder coordination services,and is currently overseeing the construction of the project.2019-Ongoing Florida Water Environment Agency Name:Town of Medley Association,President Agency Contact:Jorge Corzo,P.E.,Town Engineer; 305.889.1915;jcorzo@townofmedley.com Sanitary Sewer Extension from NW 93rd Street,Medley,FL—Project engineer.Kimley-Horn is the engineer of record and responsible for construction oversight for the extension of a new sanitary sewer main from NW 93rd Street within a permanent easement to serve an existing landfill facility.Kimley-Horn prepared the construction documents,permitted the project,provided assistance during the bid phase, and is currently overseeing the construction of the project.2017- 2019 Agency Name:Town of Medley Agency Contact:Jorge Corzo,P.E.,Town Engineer; 305.889.1915;jcorzo@townofmedley.com Town of Medley Stormwater Master Plan,Medley,FL—Project engineer.Kimley-Horn was retained to prepare a Stormwater Master plan for the Town,which faces a number of challenges,including a high water table relative to the existing grade(which are generally very flat;numerous pockets of contamination throughout the Town caused by industrial tenants); Florida East Coast Railway,which bisects the Town and thus often makes conveyance of stormwater to the nearby C-6 Canal(the Miami River)cost prohibitive;and the lingering threat of sea level rise and climate change.As part of the Stormwater Master Plan,Kimley-Horn is helping to prioritize 12 problem areas for the Town; plan and model projects to improve the conditions; provide pollutant loading reduction information for use in grant applications;and considering the Southeast Florida Unified Sea Level Rise Study findings,a requirement to ensure the projects provide long-term flood protection and to ensure eligibility for financial assistance from Miami-Dade County in the future.2017-2018 Agency Name:Town of Medley Agency Contact:Jorge Corzo,P.E.,Town Engineer; 305.889.1915;jcorzo@townofmedley.com Page 3-5 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 George E. Puig, PLA, ASLA Landscape Architecture / * The Underline Master Plan,Miami-Dade County,FL—Project manager.The Underline is an iconic Special Qualifications bicycle and pedestrian greenway and urban linear park under the Miami-Dade Metrorail corridor.Our Has 29 years of landscape services included site analysis,mobility recommendations,transportation safety recommendations, architecture experience framework plan support,key agency review meetings,and public meeting support.One of the key results of Kimley-Horn's participation in The Underline Master Plan was developing innovative engineering Chair of the Miami-Dade County techniques for providing intersection crossing safety; improvements included wide crossings with Waterfront Development Review separate space for bicyclists and pedestrians,innovative pavement markings,colored pavement Committee treatments,and recessed stop bars for motor vehicle traffic to accommodate the wide crossings. Kimley-Horn provided transportation engineering services in the development of two demonstration 4 Citizens for a Better South Florida projects including the"Brickell Backyard"and the"University Colonnade"sections of The Underline.2015 Executive Board Member - 2016 * Neat Streets Miami-Board Agency Name:Friends of The Underline Member Agency Contact:Jen Matos,Operations and Marketing; 305.439.1199;jen.matos@theunderline.org City of Miami General Landscape Architectural Services Contract,Miami,FL—Project manager ' Team oriented with a unique for the Kimley-Horn team that is providing the City of Miami with landscape architecture services blend of design knowledge and at various project sites throughout the City.Services include the design of landscape architectural management experience components including hardscape,landscape,site furniture,site lighting and irrigation for different project • Critical involvement in recreational types including parks,streetscapes,and other related urban public realm areas from concept through and streetscape type projects construction.The contract is being funded through The City of Miami Capital Improvements Program (CIP). from concept through construction 2013-Onging Agency Name:City of Miami administration Agency Contact:Marcia Lopez;305.416.1280; mlopez@miamigov.com Professional Credentials Altamonte Springs Gateway Drive Extension Final Design,Altamonte Springs,FL—Landscape Bachelor of Landscape architect involved with the landscape and streetscape elements of this project,which involved the new Architecture,Landscape construction of approximately one mile of four-lane,divided urban roadway from east of Forest City Architecture,University of Florida, Road to Keller Road.It also included construction of a new two-lane,urban roadway and widening for 1989 auxiliary lanes along Maitland Boulevard and Keller Road.The disciplines involved in this project included roadway,drainage,floodplain,utilities,traffic control,signing/pavement marking,signalization,structural, • Professional Landscape Architect landscaping,permitting,and right-of-way-mapping.2011 -2012 in Florida,#0001706,November Agency Name:City of Altamonte Springs 30,2000 Agency Contact:Bruce Doig,Division Director of Transportation and Stormwater;407.571.8610; bdoig@ Crime Prevention Through altamonte.org Environmental Design(CPTED) Broadway and 1st Avenue Park,Miami,FL—Project manager.Kimley-Horn provided landscape certification architectural and engineering services for this new 59,327-square-foot passive park that is partially * Roadside Vegetation Management underneath a portion of the existing elevated Metrorail line.The program elements for the park include a advanced training certification playground,separate pedestrian and bike paths,a dog park,sit furniture,site lighting,landscaping and irrigation,fencing and gates,berms,vehicular access to the existing MDT storage area,and pedestrian • American Society of Landscape access to the adjacent park.The project was broken down into the following tasks:conceptual design, Architects(ASLA),Full Member schematic design,geotechnical investigations,contract documents,meetings and coordination with Urban Land Institute County/Underline,permitting,bidding assistance,and limited construction phase assistance.2011 - 2018 Agency Name:City of Miami Agency Contact:José Otavio Caldeira,Project Manager;305.416.1290;jcaldeira@miamigov.com City of Homestead,Mowry Drive Roadway Improvements,Homestead,FL—Landscape architect for the Kimley-Horn team.This project consists of widening and resurfacing the existing two-lane road from SW 152nd Avenue to SW 157th Avenue in Homestead.The project includes landscape and hardscape plans,renderings,decorative street lights,drainage,signing and marking,and traffic control plans.2012 -2014 Agency Name:City of Homestead Agency Contact:Rick Ammirato,Assistant City Manager; 305.224.4481; RAmmirato@cityofhomestead. corn Page 3-6 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Brett Johnson, P.E. Overhead to Underground Conversion Design aior Townwide Undergrounding of Utilities Program,Town of Palm Beach,Palm Beach,FL—Project Special Qualifications engineer.Subsequent to a state of Florida mandate that FPL"storm harden"all vital infrastructure and More than 14 years of civil utility lines statewide,resulting in the installation of taller,concrete electric poles,the Town of Palm engineering experience in Palm Beach chose instead to convert all aerial electric,communication,and cable lines to an underground Beach County location.Kimley-Horn serves as program manager and prime consultant designing and permitting the underground conversion process in close coordination with FPL,AT&T and Comcast.Kimley-Horn 9 Focus on park and streetscape first developed a master plan to outline the schedule,sequencing,phasing,management of traffic design with a special interest in impacts,project delivery methods,data collection,public outreach,design criteria,and projected bicycle/pedestrian facilities costs.At the same time,Kimley-Horn performed the detailed design of Phase 1 of the program,which is now complete.Kimley-Horn and the Town also performed planning to address Town infrastructure ' Extensive construction administration needs(stormwater,gas,water and sewer)to determine if any renovation or replacement should occur experience while the underground utility work is underway.The benefits of undergrounding these utilities include Proficient in Autodesk AutoCAD Civil improved neighborhood aesthetics,increased service reliability,and increased levels of safety as the 3D lines are no longer exposed.The entire program,which began in 2016,is expected to take 10 years to complete.2016-Ongoing Professional Credentials Agency Name:Town of Palm Beach Bachelor of Science,Mechanical Agency Contact:Steve Stern,Underground Utilities Program Manager;561.227.7077;sstern@ townofpalmbeach.com Engineering,Virginia Polytechnic Inst. &State University,2006 Lake Worth Neighborhood Road Program Year 1,Year 2,and Year 3,Lake Worth,FL—Project engineer on the team that provided the City of Lake Worth with civil engineering services consisting Professional Engineer in Florida, of roadway design and drainage design.The effort focused mainly on pavement rehabilitation #74005,January 12,2012 on roadways with the lowest pavement condition index.In addition to pavement rehabilitation, * Engineer-of-Record for a 2017 Kimley-Horn designed new catch basins,additional traffic calming measures,and ADA compliant American Public Works Association sidewalk routes to provide continuity in the neighborhood.Tasks include data collection,utility National Project of the Year coordination,development of construction documents,bidding assistance,and observation during * American Society of Civil Engineers construction.2016-2019 Agency Name:City of Lake Worth (Past Member) Agency Contact:Brian Shields,Deputy Director of Utilities; 561.586.1675; bshields@LakeWorth.org Active Member of the Palm Beach Atlantic Avenue Water Main Relocation,Delray Beach,FL—Project engineer on the Kimley-Horn County League of Cities team providing design,permitting,bidding,and construction phase services for a water main installation project within the City of Delray Beach.This project is necessary to accommodate future FDOT plans to widen the westbound lanes of Atlantic Avenue at 1-95.The team is providing the City with data collection,construction documents,permitting,and construction phase services.2017- Ongoing Agency Name:City of Delray Beach Agency Contact:Victor Majtenyi,Deputy Director of Utilities; 561.243.7328 ; Majtenyi@mydelraybeach. com West Palm Beach Southern Boulevard Bridge Subaqueous 16-inch Water Main Replacement and Route Study(14-inch pipeline),West Palm Beach,FL—Project engineer.This project involved the design of a 16-inch HDPE pipeline under the Intracoastal Waterway between the City of West Palm Beach and the Town of Palm Beach.As a result of the Southern Blvd.Bridge reconstruction project, a 16-inch water main owned by the City of West Palm Beach needed to be relocated.Kimley-Horn provided an initial route study to identify potential pipeline routes and hydraulic modeling to determine that the pipe diameter could be reduced to lower construction costs.Kimley-Horn provided design, permitting,bidding,and construction phase services for the project.Permits were obtained from the U.S.Army Corps of Engineers,Florida Department of Environmental Protection,and Florida Department of Transportation.2015-2017 Agency Name:City of West Palm Beach Agency Contact:Uyen Dang,P.E.,City Engineer; 561.882.1087; kudang@wpb.org Page 3-7 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Kaitlin Dombrowski, P.E. Overhead to Underground Conversion Design Townwide Undergrounding of Utilities Program,Town of Palm Beach,Palm Beach,FL—Project engineer.Subsequent to a state of Florida mandate that FPL"storm harden"all vital infrastructure and Special Qualifications utility lines statewide,resulting in the installation of taller,concrete electric poles,the Town of Palm 2 Has five years of experience on Beach chose instead to convert all aerial electric,communication,and cable lines to an underground a wide variety of water resources location.Kimley-Horn serves as program manager and prime consultant designing and permitting projects involving water main,pump the underground conversion process in close coordination with FPL,AT&T and Comcast.Kimley-Horn station,and water treatment plant first developed a master plan to outline the schedule,sequencing,phasing,management of traffic design impacts,project delivery methods,data collection,public outreach,design criteria,and projected Software experience includes costs.At the same time,Kimley-Horn performed the detailed design of Phase 1 of the program,which ArcMAP(GIS)and AutoCAD is now complete.Kimley-Horn and the Town also performed planning to address Town infrastructure needs(stormwater,gas,water and sewer)to determine if any renovation or replacement should occur Professional Credentials while the underground utility work is underway.The benefits of undergrounding these utilities include improved neighborhood aesthetics,increased service reliability,and increased levels of safety as the Bachelor of Science,Civil lines are no longer exposed.The entire program,which began in 2016,is expected to take 10 years to Engineering,University of Florida, complete.2016-Ongoing2014 Agency Name:Town of Palm Beach Master of Engineering,Environmental Agency Contact:Steve Stern,Underground Utilities Program Manager; 561.227.7077;sstern@ Engineering,University of Florida, townofpalmbeach.com 2016 Town of Palm Beach Nightingale Trail/La Puerta Way Underground Utilities Conversion,Palma Professional Engineer in Florida Beach,FL—Project engineer.Kimley-Horn served the Town to perform the undergrounding of #87791,July 17,2019 overhead utilities for this neighborhood project on the North end of the Island.Kimley-Horn designed the conduit and pullbox infrastructure for the electric,telephone,and cable utilities along with providing Engineering Intern in Florida, easement acquisition assistance,utility provider coordination,and infrastructure upgrade design #1100017791,September 4,2013 services.Because this project was essentially an"island"of underground infrastructure,there was a need to coordinate the end conditions for the north and south limits of the project.Ultimately,the rear easement power lines were removed with the homes being served from utility infrastructure in the front street rights-of-way.2015-2017 Agency Name:Town of Palm Beach Agency Contact:Patricia Strayer,Town Engineer;561.833.8827; pstrayer@townofpalmbeach.com 501 Palm Street Sanitary Main Relocation,West Palm Beach,FL—Project engineer for design, permitting,bidding,and construction phase services to relocate the manhole and sanitary main that was under an existing building at 501 Palm Street.The rerouting of this section included constructing new manholes,new 8-in and 12-in sanitary main,removal of existing sanitary infrastructure and reconnecting existing sanitary services.The project also included installing the sanitary pipe and casing across the FEC Railway via jack and bore with a receiving pit within Woodlawn Cemetery. Special requirements were included in the construction documents describing the protocol for working in the cemetery and detailing how the contractor should handle the discovery of any remains.During construction,we worked closely with the City and contractor to find a find a solution for rerouting a section of the sanitary main when remains were discovered.2016- 2019 Agency Name:City of West Palm Beach Agency Contact:Uyen Dang,P.E.,City Engineer; 561.882.1087; kudang@wpb.org Delray Beach 10-Year Water Treatment Master Plan,Delray Beach,FL—Project engineer. Kimley-Horn was engaged by the City of Delray Beach to develop a 10-year water treatment master plan.We developed a 20-year linear population projection model using assembled data to meet the needs of the plan update and identify projects for the City and its service area during this growth period.Kimley-Horn prepared the water treatment master plan to recommend facilities,treatment process,treatment capacities,facility locations,planning level budget estimates,and construction timing.2014-2016 Agency Name:City of Delray Beach Agency Contact:Victor Majtenyi,Deputy Director of Utilities;561.243.7328; Majtenyi@mydelraybeach. corn Page 3-8 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Erin N. Emmons, GISP 1 . )1 GIS Mapping . 011111.,. Lakeview District Water and Sewer Master Plan,Medley,FL—GIS specialist.Kimley-Horn prepared Special Qualifications a water and sewer master plan for the Lakeview Utility District,a special assessment district created 4 Has 14 years of experience years to expand water and sewer distribution and collection facilities to a 600+acre portion of the Town of of experience as a transportation Medley which is currently undeveloped.In addition,Kimley-Horn performed modeling of the existing and long-range community water distribution system using WaterGEMS software to identify potential fire flow deficiencies within the planner,with a specialty focus existing distribution system and propose improvements to the system to address these deficiencies.2015 in GIS,field surveying and - 2016 GPS data configuration,and Agency Name:Town of Medley database development for asset Agency Contact:Jorge Corzo,P.E.,Town Engineer; 305.889.1915;jcorzo@townofmedley.com management North Bay Village Continuing Services Agreement for Planning,Utilities,Engineering,and Roadways,North Bay Village,FL—GIS specialist.Kimley-Horn provides general engineering services , Project manager for the for the City of North Bay Village on an ongoing basis.Services have included water and wastewater development and implementation studies,planning,design,permitting,and construction phase services.2006-Ongoing of web and mobile,GIS based Agency Name:North Bay Village interactive applications Agency Contact:Jose Olivo,Public Works Director;305-756-7171 x66;jolivo@nbvillage.com w Experience with Park+software, Bicycle and Pedestrian(Bike/Ped)Mobility Plan,Miami Gardens,Miami Gardens,FL—Project a Kimley-Horn-developed analyst.Kimley-Horn prepared a bicycle and pedestrian mobility plan for the City of Miami Gardens. software designed to dynamically The project included recommendations for short-and long-tern mobility improvements based on the model parking supply/demand literature review,transportation mobility analysis,identification of goals and objects,and input from the Steering Committee.We analyzed existing transportation mobility conditions and community features r Experience in socioeconomic in Miami Gardens through the use of geographic information systems(GIS)and prepared a series of assessments,market feasibility maps that illustrate the background conditions for improving the City's bicycle and pedestrian mobility. assessments,site selection The Kimley-Horn team used the methodologies established in the 2009 FDOT Quality/Level of Service and planning,including GIS Handbook to assess the bicycle and pedestrian level of service of the major roadways with the City and administration,hazards planning, mapped the results with GIS.2012-2013 and support Agency Name:City of Miami Gardens Agency Contact:Bhairvi Pandya,Senior Planner/GIS; 305.622.8026; bpandya@miamigardens-fl.gov Professional Credentials Village of Pinecrest On-Call GIS Services,Pinecrest,FL—Project manager.Kimley-Horn has been " Bachelor of Science,Urban contracted by the Village of Pinecrest as an on-call GIS consultant.Kimley-Horn provides on-site training and Regional Planning,Florida to staff and has assisted the Village in the development and organization of their interagency database. Atlantic University,2006 Recent project support has included zoning and land use updates,website development coordination,and a GIS Professional(GISP) stormwater utility updates.2016-Ongoing Agency Name:Village of Pinecrest Graduate Certificate in Agency Contact:Gabriela Wilson,IT Manager; (305)234-2121;gwilson@pinecrest-fl.gov Geographic Information Science (GIS),University of West Florida, City of Miami Transportation Program Support Services(2013-2015),Miami,FL—Project analyst 2012 for Transportation Program Support Services contract with the City of Miami.In this role,Kimley-Horn served as an extension of the City's staff assisting in the program management and administration 4 American Planning Association of transportation and transit projects in the City's Capital Improvements Program(CIP).Kimley-Horn's (APA) responsibilities include providing oversight of projects encompassing planning,design,and construction u Women's Transportation Seminar, activities.2013-2015 (WTS)-Director at Large Agency Name:City of Miami Florida Parking and Agency Contact:Sandra Harris; 305.416.1726; sandraharris@miamigov.com Transportation Association(FPTA) Miami Lakes Drainage GIS Data Conversion,Miami Lakes,FL—Kimley-Horn assisted the Town with Palm Beach GIS User Group digitizing their existing utility CAD files and as-builts in a GIS format.The work included the conversion of available electronic CAD files and existing as-builts provided by the Town into GIS.Attribute information was updated using available survey data and detailed as-builts.2018-2019 Agency Name:Town of Miami Lakes Agency Contact:Carlos Acosta,Director of Public Works;305.364.6100 x1129;acostac@miamilakes-fl. gov Page 3-9 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding KH Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Juan E. Jimenez, P.E. Civil and Utilities Engineering 10 AO. City of Hollywood Continuing Services Contract for Utilities and Infrastructure,Hollywood,FL Project manager.Kimley-Horn has been serving the City of Hollywood since 2011 on a variety of utility and Special Qualifications infrastructure projects including:South Park Road 16-inch Force Main Upgrade;Water Main Replacement io Has 24 years of diverse Program 11-5110—Hollywood Blvd.to Pembroke Road,1-95 to S.26th Avenue;Water Main Replacement engineering and project Program 12-5114—Hollywood Blvd.to Pembroke Road,S.26th Avenue to S.Dixie Highway; and 6-inch management experience to 16-inch Water Main Replacement Program 14-5122—Hollywood Blvd.to Moffett Street,U.S.1 to Intracoastal Waterway(Phase III).Kimley-Horn's services include design and preparation of construction Areas of expertise include water documents,regulatory assistance,assistance with bid and award of the construction contract,and supply and distribution,wastewater construction administration services.2011 - Ongoing collection and transmission, Agency Name:City of Hollywood stormwater management,roadway, Agency Contact:Clece Aurelus P.E.,Engineering Support Services Manager;954.921.3930;caurelus@ general civil engineering,and land hollywoodfl.org development Government Cut Force Main Phase I,Miami Beach,FL—Project manager on the Kimley-Horn team that prepared a feasibility study to evaluate the opportunities and constraints of installing a 54-inch force " Experienced in the preparation of main under Government Cut.The study included a brief description of the project,including its purpose permit documents,bid/contract and need and agency jurisdictional control and coordination for permitting.It summarized the various documents and specifications, construction methodologies and issues that would be involved in the design,permitting,and construction work schedules,and opinions of of these force mains and provided a ranking recommendation.2003-2004 construction costs Agency Name:Miami-Dade Water and Sewer District ot Experienced in the use of AutoCAD Agency Contact:Nzeribe Ihekwaba,P.E., PhD;305.669.7776;nzeribei@miamidade.gov software,WaterCAD hydraulic North Central Septic to Sewer Conversion,Hollywood,FL—Project manager.This project involves modeling software,Microsoft expanding the City of Hollywood's existing sanitary sewage collection system and will be divided into Project scheduling software,and two sanitary sewer basinsW-09 Basin and W-25 Basin.Kimley-Horn's scope of services includes:basin flood routing software published delineation,sewage flow projections,pipe sizing and hydraulics,design,preparation of construction by the Florida Department of documents,regulatory assistance,assistance during the bid and award phase of the construction Transportation(FDOT)and the contract,and limited construction phase services.2017-Ongoing South Florida Water Management Agency Name:City of Hollywood District(SFWMD) Agency Contact:Clece Aurelus P.E.,Engineering Support Services Manager;954.921.3930;caurelus@ hollywoodfl.org N, Experienced serving a diverse South Park Road Transmission Water and Force Main Upgrade,City of Hollywood,FL—Project group of clients,including private manager from 2011 to 2012 and was responsible for design,preparation of construction documents, developers,municipalities,and permitting,bid and award of the construction contract,and construction oversight for approximately utilities 3,900 LF of new 16-inch diameter sanitary sewage force main and 2,700 LF of new 16-inch diameter transmission water main along Pembroke Road and South Park Road.The proposed force main was to Experienced in quality control receive flow from an adjacent private pump station serving a Coca Cola plant as well as a master sewage review of projects with constant meter that receives sewage flow from several municipalities.Maintaining uninterrupted sanitary sewer client interaction through all service at all times during construction was critical,so a temporary by-pass system was specifically phases designed to allow the new main to be constructed,tested and released for service while the existing Professional Credentials system remained in service.Other services included obtaining regulatory approvals,assistance during the bid and award of the construction contract,and construction phase services.2011 -2012 Bachelor of Science,Civil Agency Name:City of Hollywood Engineering,Florida International Agency Contact:Clece Aurelus P.E.,Engineering Support Services Manager;954.921.3930;caurelus@ University, 1993 hollywoodfl.org g Professional Engineer in Florida, 48-inch Force Main on Sunny Isles Boulevard,North Miami,FL—Project engineer for the design #56704,February 15,2001 of a 48-inch force main along Sunny Isles Boulevard from P.S.426,just west side of the Intracoastal American Society of Civil Engineers Waterway,to the WASD North District WWTP.The project consists of installing approximately 7,600 linear (ASCE) feet of a 48-inch diameter D.I.P.(I.D.)force main along Sunny Isles Boulevard and 2,600 linear feet of twin 48-inch diameter H.D.P.E.(O.D.)force mains through the Oleta River State Recreation Area.The Florida Engineering Society project required an aerial crossing of the Oleta River,and extensive coordination with Florida DEP for the • National Society of Professional mitigation of impacted natural resources.2002- 2005 Engineers(NSPE) Agency Name:Miami-Dade Water and Sewer District Agency Contact:Nzeribe Ihekwaba,P.E.,PhD;305.669.7776; nzeribei@miamidade.gov Page 3-10 Kimley>>>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Leonte Almonte, P.E. Roadway and Traffic ' SR 972/Coral Way from SW 37 Avenue to SW 13 Avenue Resurfacing,FDOT District Six,Miami,FL Special Qualifications Project engineer/deputy project manager responsible for developing plans for the resurfacing of Coral Way from SW 37th Avenue to east of SW 13th Avenue in Miami.The project corridor,which includes a mix of A Has 17 years of roadway businesses and apartments,is unique in its designation as a State Historic Highway(SHH)and is famous design experience for its canopy of mature Banyan trees.The historic nature of these signature trees and widespread flooding A. made this more than a typical milling and resurfacing project and required extensive coordination with FDOT Specializes in roadway design, and local agencies,including the City of Miami Historic Preservation Board.Kimley-Horn's other services drainage design,signing included roadway,drainage,signing and marking,addressing ADA issues along the project corridor,design and pavement marking, of one new signalized intersection,one new mid-block signal,and addition of new Rectangular Rapid signalization,and advanced Flashing Beacons(RRFBs)and speed feedback signs at four locations.2011 -2013 traffic management system Agency Name:FDOT District Six design Agency Contact:Judy Solaun,District Consultant Project Management Engineer;305.470.5207;judy. Proficient in MicroStation, sloaun@dot.state.fl.us Geopak,Primavera P6,ArcGIS, SR 826 Connector at Golden Glades Interchange and Various Ramps,FDOT District Six,Miami,FL AUTOTurn,Real Cost,MS Project manager.Kimley-Horn is providing drainage,ITS,signalization,lighting,and minor structural design Project,AASHTO Pavement ME services as a subconsultant to another firm.The Golden Glades Interchange(GGI)provides connectivity to six major arterials and limited access expressway facilities including I-95,SR 826/Palmetto Expressway, Alumni of the International Florida's Turnpike,SR 7/US 441,and NW 167th Street.The GGI has a direct impact on inter-county travel Bridge,Toll and Turnpike between Miami-Dade,Broward and Palm Beach counties and serves as the backbone for the transportation Associations(IBTTA) of goods,services,and the traveling public in South Florida.The South Florida Rail Corridor(SFRC)also Leadership Academy traverses the interchange area.2015-Ongoing Professional Credentials Agency Name:FDOT District Six Agency Contact:Judy Solaun,District Consultant Project Management Engineer; 305.470.5207;judy. Master of Science, sloaun@dot.state.fl.us Transportation Engineering, SR 992/SW 152nd St.(Coral Reef Dr.)from SR 821 (HEFT)NB Ramp to SR 5/US-1,FDOT District Six, Florida International University, FL—Project manager for the rehabilitation and retrofit of an existing 3-span,PC/PS concrete slab unit 2006 bridge crossing the C-100 Canal.The existing bridge utilized non-composite slab units placed side-by-side # Bachelor of Science,Civil with an asphalt topping.Over the years,through milling and resurfacing operations,the asphalt thickness Engineering,Pontificia had increased 2-3 times the original maximum design thickness in several locations.In addition,differential Universidad Catolica Madre y movement between adjacent slab units resulted in full-depth longitudinal cracks in the asphalt along the Maestra,2002 length of the bridge causing distress in the asphalt and allowing rainwater and debris to seep through the . Professional Engineer in Florida bridge in multiple locations,increasing the frequency and cost of long-term maintenance.As part of the #70822,January 9,2010 project,the bridge was converted to a composite bridge by removing the asphalt overlay and replacing it with a cast-in-place reinforced concrete topping slab.Reinforcing dowels were installed into the top of the 1.4 American Society of Civil existing slab units to ensure composite action.In addition,expansion joints were replaced at all supports, Engineers(ASCE) concrete traffic railings were reconstructed to the latest FDOT Standards,and new ADA compliant sidewalks # Institute of Transportation with aluminum pedestrian railings were reconstructed along each side of the bridge.2015-2018 Engineers(ITE) Agency Name:FDOT District Six Agency Contact:Judy Solaun,District Consultant Project Management Engineer; 305.470.5207;judy. • Society of Hispanic sloaun@dot.state.fl.us Professional Engineers Lloyd Estates Streetscape and Drainage Improvements,Oakland Park,FL—Design engineer. # International Bridge,Tunnel Kimley-Horn provided professional engineering services for the design and construction of the Lloyd Estates and Turnpike Association- Residential and Industrial Area Drainage Project.The project involves phased drainage and water distribution Leadership Academy,2017 system improvements consisting of the construction of a stormwater collection system with water quality treatment measures and possible upgraded outfalls,as well as replacement of select existing water mains within the project area.The professional services include surveying,stormwater analysis,civil and electrical engineering design,landscaping and irrigation,permitting,coordinating with utility providers for adjustments and or relocations,preparing quantity calculations,and engineer's estimates of probable costs.2009-2013 Agency Name:City of Oakland Park Agency Contact:Jennifer Frastai,Director of Engineering and Community Development; 954.630.4256; jenniferf@oaklandparkfl.org Page 3-11 Kimle ' >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Burt L. Baldo, P.E. Roadway and Traffic 41,City of Homestead,Mowry Drive Roadway Improvements,Homestead,FL—Project manager for the new Special Qualifications construction and widening of Mowry Drive(SW 320th Street)from SW 157th Avenue to SW 152nd Avenue.The existing roadway consisted of a one-lane paved road adjacent to wetlands and farmlands and was proposed Has 26 years of experience to be converted to a four-lane divided urban section with bike lanes on both sides to serve a new school. in civil engineering with The project included design and preparation of roadway,drainage,signing and marking,lighting,water main 20 years of extensive extension,landscaping and irrigation plans.As part of the project,environmental and drainage permits were experience in the field of obtained from SFWMD,RER and USACE four months from NTP to be able to open the road before school highway design,drainage opening.The project also included preparation of bid documents and construction supervision.2012-2014 design,and traffic Agency Name:City of Homestead operations plans Agency Contact:Rick Ammirato,Assistant City Manager; 305.224.4481;RAmmirato@cityofhomestead.com Experience includes NE 2nd Avenue Reconstruction from NE 91st Street to NE 105th Street,Miami,FL—Project manager i"- construction supervision for responsible for the quality control of vertical and horizontal alignments,drainage design,signing and pavement highway and port facilities markings,and signalization plans for this corridor.The project included the reconstruction/widening of NE 2nd Avenue from NE 94th Street to NE 103rd Street and areas of roadway milling and resurfacing at the beginning * Worked on projects for and end of the project.The project also included a joint participation agreement with the Village of Miami FDOT Districts One,Three, Shores in which streetscape and landscape improvements were designed with the Village,who funded these Four,Five,Six,Florida's improvements.2000-2009 Turnpike Enterprise,and Agency Name:Miami-Dade County Public Works Department MDX Agency Contact:Miguel Riera,P.E.; 305.876.0596; mriera@miami-airport.com * Principal areas of practice BDB Miami,Bayview Market,Miami,FL/Bayview Market Place Roadway Improvements on NE 17th include roadway design, Street/NE 2nd Avenue/N.Miami Avenue,Miami-Dade County,FL—Project manager responsible for preliminary engineering developing vertical and horizontal alignments,providing drainage design,signing and pavement markings,and studies,drainage design, signalization plans for this corridor.The project included the reconstruction and widening of NE 17th Terrace/NE stormwater permitting, 2nd Avenue/NE Miami Place and the milling and resurfacing of NE 17th Street and N Miami Avenue.2004-2009 pavement design,utility Agency Name:BDB Miami LLC coordination,maintenance Agency Contact:Frank Rosenblum;904.636.0806 of traffic,roadway lighting Miami-Dade County,Improvements to Congested Miami-Dade County Intersections,FL—Project design,signing and manager for traffic operational analyses that were performed for Miami-Dade County Public Works Department pavement marking,traffic as part of the short-term traffic solutions effort for the County's list of congested intersections.During the last signalization,and traffic quarter of 2005,the County issued a list of 25 intersections and suggested modifications to those intersections. planning Toward the end of the year,the County assigned nine of the intersections to Kimley-Horn that were within FDOT right-of-way.The County asked that we perform traffic analyses and confirm the suggested modifications Professional Credentials within a month(a very accelerated schedule).We completed the task in January 2006 and held meetings with 4- Bachelor of Science, FDOT,who approved the concepts.We later worked on the design of several of these intersections.These Civil Engineering,Florida improvements required extensive field investigation and coordination with the County and other agencies. International University, Improvements varied from simple signing and markings improvements to intense design involving changes in 1993 alignment and drainage issues.2006-2007 Agency Name:Miami-Dade County Professional Engineer in Agency Contact:David Hays;305.375.1019 Florida,#53120,August 17, 1998 MDX Design Engineering for SR 874(Don Shula Expressway)from Kendall Drive to SR 826,Miami, . Advanced Work Zone Traffic FL—Deputy project manager for design engineering services for SR 874(Don Shula Expressway)roadway modifications from south of SW 88th Street(Kendall Drive)to south of SR 826(Palmetto Expressway)/SR 874 Certification,FDOT,February interchange.The project consisted of the widening of SR 874 and included complex roadway design,drainage 15,2013 design,signing and marking,lighting,signalization,retaining walls,noise barrier walls,bridge widening * American Society of Civil plans,permitting,and public involvement services.The nature of the project changed and was re-procured Engineers(ASCE) as a Design-Build project.Kimley-Horn prepared 99%design plans and the subsequent design-build criteria * American Society of package.2009-2012 Agency Name:Miami-Dade Expressway Authority Highway Engineers Agency Contact:Juan Toledo,P.E.,Deputy Executive Director/Director of Engineering; 305.637.3277;jtoledo@ mdxway.com Page 3-12 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 John J. McWilliams, P.E. Roadway and Traffic NE 36th Street and Biscayne Boulevard/SR Al A Intersection Roadway Improvements,Miami,FL Special Qualifications Project manager for the preparation of a traffic study and determination intersection improvements at Has 21 years of experience NE 36th Street and Biscayne Boulevard/SR Al A.This analysis included traffic data collection,design in traffic engineering and traffic forecasts,intersection operational analysis,and the development of long-term improvements for transportation planning the study intersection.The operational analysis examined existing and future traffic conditions during the experience,18 of which have weekday peak hours.Significant coordination was held with FDOT,City of Miami Beach,and Miami Dade been in South Florida County Public Works and Waste Management Department's Signal and Signs Division.2014-2015 Agency Name:City of Miami 4 Expertise in traffic operations, Agency Contact:Sandra Harris; 305.416.1726;sandraharris@miamigov.com transportation planning,and City of Miami Transportation Program Support Services,Miami,FL—Project engineer for access management Transportation Program Support Services contract with the City of Miami.In this role,Kimley-Horn Professional Credentials served as an extension of the City's staff assisting in the program management and administration of transportation and transit projects in the City's Capital Improvements Program (CIP).Kimley-Horn's Bachelor of Science,Civil responsibilities include providing oversight of projects encompassing planning,design,and construction Engineering,Ohio Northern activities.2013-2015 University,2000 Agency Name:City of Miami wProfessional Engineer in Florida, Agency Contact:Sandra Harris; 305.416.1726;sandraharris@miamigov.com #62541,February 14,2005 City of Aventura General Services Contract,Aventura,FL—Project manager.Kimley-Horn is Institute of Transportation currently providing general traffic engineering and transportation planning services to city staff.Primary Engineers(ITE) assignments include peer review of traffic impact and parking studies,site plan review,representation at public hearings,and signalization design.Additional assignments include the comprehensive study of various proposed infrastructure modifications,including Aventura Mall access and circulation,William Lehman Causeway interchange justification,US 1 median closures,and the extension of Miami Gardens Drive(east of US 1/Biscayne Boulevard).2007- Ongoing Agency Name:City of Aventura Agency Contact:Joanne Carr,Community Development Director; 305.466.8940;jcarr@cityofaventura. corn Districtwide Intermodal Systems Planning Consultant,FDOT District Six—Serves as project manager.Kimley-Horn has been continuously serving as one of FDOT's ISP consultants since 2013 and most recently as a major subconsultant on the ISP team to another firm.Major tasks have included corridor studies,intersection planning studies,bicycle/pedestrian strategic plans/program support,and growth management reviews.Kimley-Horn assist FDOT District Six with the review of all comprehensive land use plan amendments within Miami-Dade and Monroe Counties to determine if the transportation impacts associated with these amendments will have an adverse impact of transportation resources of State importance including the Strategic Intermodal System(SIS).Recent signature operational tasks include performing a roundabout operational analysis/feasibility study at the intersection of SR 972/Coral Way and SW 15th Road in Miami,Florida.This project is planned for construction programming later this year.2013-Ongoing Agency Name:DOT District Six Agency Contact: Ken Jeffries,Planning Project Manager; 305.470.5100;ken.jeffries@dot.state.fl.us Lincoln Road Closure,Miami Beach,FL—Traffic engineer.This project was a joint-venture between the City of Miami Beach and UTA Management,LLC.The 1000-1100 Block of Lincoln Road was closed to vehicular traffic to allow for the extension of the Lincoln Road pedestrian mall.The mall was extended west,from Lenox Avenue to Alton Road,and includes a new pedestrian plaza.The design also includes four water gardens,and streetscape and infrastructure improvements.Kimley-Horn is providing due diligence,civil engineering,landscape architecture,permitting,traffic signal modifications,and lighting and electrical design services for this project.2007-2010 Agency Name:UTA Management LLC Agency Contact:Jeff Weinstein; 305.538.9320;jweinstein@1111Iincolnroad.com Page 3-13 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 David S. Goldman, P.G. Environmental and Coastal Services Miami Beach Light Rail/Modern Streetcar P3 Program Management,Miami Beach,FL Special Qualifications Hydrogeologist.Miami Beach Streetcar is a 3.5 to 4-mile double-tracked light rail transit(LRT)or i Has 31 years of experience modern streetcar system circulating through the Art Deco District of Miami Beach,and providing in conducting and managing t connectivity between South Beach hotels and the Miami Beach Convention Center.Kimley-Horn served remediation projects involving as the prime consultant overseeing the project through project development,conceptual engineering, Brownfield sites,hazardous environmental impact analysis,and procurement of a P3 developer that would design,build,operate, waste,industrial waste,and maintain,and finance the project.2016-2017 rn petroleum contamination;water Agency Name:City of Miami Beach Agency Contact:Lynda Kompelien Westin,AICP,Transportation Manager;305.673.7000; lyndawestin@ resource development;permitting;, miamibeachfl.gov groundwater modeling;and aquife storage and recovery(ASR) Florida Keys Electrical Cooperative Pole Yard,Marathon,FL—Project manager for the assessment and remediation of this arsenic-contaminated site.This included an evaluation of background Integration of site assessment concentrations of arsenic,off-site levels of arsenic in soil,and an analysis of tidal effects on the remediation with site civil design groundwater contaminant plume.The site assessment report(SAR)for this site was approved without and construction components on comments and a remedial action plan(RAP)was put in place.As a part of the RAP,Kimley-Horn numerous sites in Florida and othe successfully convinced the FDEP that soil could be managed on-site and that,through the use of areas of the country engineering and institutional controls,both soil and groundwater arsenic impacts could be addressed. 9 Experience with environmental The site received an SRCO in 2009.2007-2009 compliance,RCRA,CERCIA,and Agency Name:Florida Keys Electrical Cooperative state hazardous waste and cleanu Agency Contact:Jim Porter; 786.425.2299 programs South Florida Regional Transportation Authority,SFRTA Parcels 104-105,Hialeah,FL—Contract Familiar with the following programs manager and OA/QC for the cleanup of a chlorinated solvent plume for the South Florida Regionalinvolving aquifer characteristic - Transit Authority in Hialeah,Florida.Assisted with the preparation of the Remedial Action Plan and calculations,groundwater flow, oversaw the injection of media to remediate the solvent plume.The first sampling event to evaluate and contaminant transport:MOC, the effectiveness of the injected material was conducted and is currently being evaluated.As project MODFLOW,Groundwater Vistas, manager,David managed a variety of engineering services.The South Florida Regional Transportation QuickFlow,Aquifer win 32,WinTra Authority(SFRTA)requested Kimley-Horn to evaluate a chlorinated solvent plume on one of its parcels. MODPATH,MODRET,RT3D,and fi In March 2012,Kimley-Horn was contracted to modify an RAP to reduce the potential downward element modeling of groundwater migration of contaminants into the lower portions of the aquifer.Recently,Kimley-Horn conducted a and contaminant transport shallow soil investigation to the south of the Parcel 104 property boundary.Soil samples were collected just beneath the asphalt and at a depth of 4 feet below land surface,just above the water table. Professional Credentials Additionally,sediment was collected from the nearby storm drain and analyzed for chlorinated solvents. Master of Science,Geology, 2012-2018 • University of Florida,1989Bachels Agency Name:South Florida Regional Transportation Authority of Science,Geology,University of Agency Contact:Efrain Bernal,MBA,Senior Project Manager; 954.788.7885; bernale@sfrta.fl.gov Florida,1985 Baker Park,Naples,FL—Hydrogeologist.Kimley-Horn provided full design services for Baker IN Professional Geologist in Florida, Park on the Gordon River in Naples.Design components include a large multi-purpose concession #PG1573,September 1,1993; building,playground with integrated splash pad,Founder's Garden,day dock,canoe/kayak launch, American Water Resources knoll/overlook,stormwater treatment marsh,small amphitheater area,sunrise terrace,waterfront Association boardwalks,and a Y2 mile trail connecting to the Gordon River Greenway bridge.Kimley-Horn provided landscape architecture,civil,environmental,and permitting/construction phase services for this$14.5 r National Groundwater Association million,high-profile destination.2016-2019 9 Florida Brownfields Association Agency Name:City of Naples Agency Contact: Dana Souza,Department Director of Parks and Recreation; 239.213.7120;dsouza@ • naplesgov.com Page 3-14 Kimley >>Horn 1WPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Juan Fuentes, P.E., S.E., LEED AP Structural Engineering let Juan worked on the following projects prior to joining Kimley-Horn. Thus,the reference information for Special Qualifications these clients would not be able to speak to the firm's performance on these projects. 0, Has been involved in all aspects of a Florida International University College of Health and Nursing Sciences,University Park Campus project from traditional design,bid, Project manager responsible for the schematic design documents of the new$30 million five-story and build to structural rehabilitation classroom and office building.The project has the unique challenges of a bridge linking the office and . Has worked on a variety of classroom building and a 300-seat column free auditorium.The floor structure also required a vibration rehabilitation project types including analysis to ensure compliance with industry standards for microscope use. spalling repairs,carbon fiber Geiger Creek Bridge Repair Design-Build Project,Monroe County,FL,Monroe County strengthening,and post-tension Structural Engineer for repairs to a reinforced concrete bridge located on Boca Chica Road strengthening/repairs at approximately Mile Maker 11 in the Lower Keys.Repairs included concrete spall and steel Professional Credentials reinforcement repairs to the superstructure and substructure as well as bridge joints.Responsibilities included assessment of the repairs,contract documents,and post design services in full compliance * Bachelor of Science,Architectural with federal,state,and local requirements including FDOT LAP and ARRA funding.Unique aspects and Civil Engineering,University of of the project included enhanced Maintenance of Traffic considerations,permitting due to the Miami,1999 environmentally sensitive area,and an innovative"Design Partnership"with the University of Miami. Professional Engineer in Florida Open Road Tolling Design Build,Miami-Dade County,FL,Miami Dade Expressway Authority #62426,February 28,2019 (MDX)—Structural Engineer of Record for new$18M landmark tolling structures for SR 924,878, and 874.The project included 8 new structures with varying multiple spans of 80'-0"to a single span of 160'-0".Innovative concepts were used to reduce cost of each gantry.Special attention and detailing were required to meet roadway clearances,vibration,and deflection guidelines of the system operator.The project also included support structures and repaving of existing highways. Miami Intermodal Center-Rental Car Facility Customer Service Lobby,Miami-Dade County, FL—Miami-Dade Transit-Project manager for a 120,000 sq.ft.steel roof design.Responsible for the structural steel design of the roof and precast panel cladding.Roof diaphragm required special attention due to the space frame opening.Extensive coordination was necessary to properly detail the clerestory window connections between the space frame and roof. City of Sunny Isles Beach Continuing Structural Services Contract—Project manager for the structural assignments of the continuing services contract.This contract intends to implement the City's comprehensive plan. -10 Rest Area,Florida Department of Transportation District II—Project engineer responsible for the design of the additions to existing structures.Project includes picnic shelters and canopies of varying heights.Canopies required the use of augercast pile foundations due to their close proximity to existing structures. North Dade Maintenance Facility,Florida Department of Transportation District VI—Project engineer responsible for this phase II of the design/build project for FDOT District VI North Dade Maintenance Facility.Phase II included a single building containing eight-bay truck maintenance garage and 8,000 sq.ft.warehouse.The project also included miscellaneous structures such as material bins and canopy foundations for existing fueling facility. City of Hialeah Solid Waste Building Addition,Hialeah,FL—Project engineer responsible for the design and construction documents of the 2,500 sq.ft.addition to existing building.The addition provided new administrative space for the solid waste department. Pompano State Farmers Market,Pompano Beach,Florida—Project engineer responsible for the design and preparation of construction documents for 25,000 square foot three story governmental office for Florida Department of Management Services. Page 3-15 Kimley >>Horn IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd Docusign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Michael Parsons Construction Administration Townwide Undergrounding of Utilities Program,Town of Palm Beach,Palm Beach,FL Special Qualifications Construction observer.Subsequent to a state of Florida mandate that FPL"storm harden"all vital Construction professional with 18 infrastructure and utility lines statewide, resulting in the installation of taller,concrete electric poles, years of experience overseeing the Town of Palm Beach chose instead to convert all aerial electric,communication,and cable lines all phases of multimillion-dollar to an underground location.Kimley-Horn serves as program manager and prime consultant designing construction,infrastructure,utility, and permitting the underground conversion process in close coordination with FPL,AT&T and Comcast. and environmental projects for Kimley-Horn first developed a master plan to outline the schedule,sequencing,phasing,management government and private-sector of traffic impacts,project delivery methods,data collection,public outreach,design criteria,and ` clients projected costs.At the same time,Kimley-Horn performed the detailed design of Phase 1 of the program,which is now complete.Kimley-Horn and the Town also performed planning to address Town Experience includes managing infrastructure needs(stormwater,gas,water and sewer)to determine if any renovation or replacement crews of up to 50 in highway should occur while the underground utility work is underway.The benefits of undergrounding these improvements,commercial site utilities include improved neighborhood aesthetics,increased service reliability,and increased levels ' development,underground utility of safety as the lines are no longer exposed.The entire program,which began in 2016,is expected to installation,and a variety of other take 10 years to complete.2016-Ongoing construction/demolition projects Agency Name:Town of Palm Beach Agency Contact:Steve Stern,Underground Utilities Program Manager;561.227.7077;sstern@ * Experience backed by strong townofpalmbeach.com 'credentials and a proven history of Lake Towers Underground Utilities Conversion Project,Palm Beach,FL—Construction on time,on budget,and high-guar observer for the undergrounding of overhead utilities for this project near Bradley Place and Wells project completions Road.Kimley-Horn designed the conduit and pullbox infrastructure for the electric and cable utilities (telephone was already underground in this location)along with providing easement acquisition assistance,utility provider coordination,and infrastructure upgrade design services.Because this project was essentially an"island"of underground infrastructure,there was a need to coordinate the end conditions for the north and south limits of the project.Ultimately,the rear easement power lines were removed with the homes and condominium being served from new underground utility infrastructure.2015-2017 Agency Name:Town of Palm Beach Agency Contact:Patricia Strayer,Town Engineer;561.833.8827; pstrayer@townofpalmbeach.com Town of Palm Beach Nightingale Trail/La Puerta Way Underground Utilities Conversion,Palm Beach,FL—Construction observer.Kimley-Horn served the Town to perform the undergrounding of overhead utilities for this neighborhood project on the North end of the Island.Kimley-Horn designed the conduit and pullbox infrastructure for the electric,telephone,and cable utilities along with providing easement acquisition assistance,utility provider coordination,and infrastructure upgrade design services.Because this project was essentially an"island"of underground infrastructure,there was a need to coordinate the end conditions for the north and south limits of the project.Ultimately,the rear easement power lines were removed with the homes being served from utility infrastructure in the front street rights-of-way.2015-2017 Agency Name:Town of Palm Beach Agency Contact: Patricia Strayer,Town Engineer; 561.833.8827; pstrayer@townofpalmbeach.com 501 Palm Street Sanitary Main Relocation,West Palm Beach,FL—Construction observer for design,permitting,bidding,and construction phase services to relocate the manhole and sanitary main that was under an existing building at 501 Palm Street.The rerouting of this section included constructing new manholes,new 8-in and 12-in sanitary main,removal of existing sanitary infrastructure and reconnecting existing sanitary services.During construction,we worked closely with the City and contractor to find a find a solution for rerouting a section of the sanitary main when remains were discovered.2016-2019 Agency Name:City of West Palm Beach Agency Contact:Uyen Dang,P.E.,City Engineer;561.882.1087; kudang@wpb.org IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd Kimley 4 Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M R G Media Relations Group,LLC Alicia Gonzalez Public Information Manager (Bilingual) Alicia Gonzalez is a public relations professional and communications expert specializing in public involvement programs for infrastructure projects for the past 27 years. She has served as a Principal of Media Relations Group, LLC,since its inception in 1999, successfully executing campaigns for the Florida Department of +� Transportation (FDOT) Districts 1, 4, 5, 6 and 7, the Central Florida Expressway 0. Authority, the Miami-Dade Expressway Authority, Florida's Turnpike Enterprise and numerous municipalities, including Miami Beach, at all phases including Planning, ,1 PD&E, Design, Design-Build and Construction. Her extensive experience managing crisis situations related to construction activities, as well as political issues while working on the 1-595 Design/Build/Operate/Finance/Maintain (DBFOM), the State Road (SR) 826/Palmetto Expressway Public Communications Consulting Services (SR 826/836 Interchange Reconstruction Design/Build/Finance), the City of Miami Professional Credentials Beach Right of Way& Facilities Construction Projects and most recently the I-395/SR Bachelor of Science, 836/1-95 Design-Build project, will prove invaluable to this project and the City of Miami Telecommunications, Beach. University of Florida-1992 Select project experience includes: • 2017 — Present: Village of Key Biscayne, Village-Wide Undergrounding of Basis for Team Selection Utilities Program - Development of Master Plan, Miami-Dade County, Florida— 27 years of public In 2017, the Village of Key Biscayne retained the services of Kimley-Horn to provide involvement experience the program management and design services for this program. MRG currently assists Kimley-Horn with public outreach services. As the Public Information Officer Expertise in effectively for this master plan, Mrs. Gonzalez is responsible for overseeing the maintainance managing crisis situations of a database containing Village contacts, including the Chamber and Village Council related to traffic events, using MailChimp and the maintainance of a stand-alone undergrounding website construction activities, as (www.kbunderground.com). MRG staff was also responsible for creating, well as political issues for maintaining social media platforms, including multiple Twitter and Facebook posts multiple FDOT Districts, as well as distributing PI contacts and project information throughout the Village. including the high-profile I- Mrs. Gonzalez led all public involvement presentations, media relations consulting 395/SR 836/1-95 Design- and the creation of comprehensie website for the project. Reference:Jake Ozyman, Build Project, and recent City MSCM, P.E., Director Public Works, Village of Key Biscayne, 305-365-7568. Project of Miami Beach projects Role: Public Information Officer Successfully spearheaded • 2018 — Present: FDOT District Six I-395/SR 836/1-95 Design-Build Project, numerous community Miami-Dade County, Florida—This approximately$556 million design-build project involvement efforts which involves the reconstruction of the Interstate 395 (1-395) corridor from west of the 1- involve the planning and 95/Midtown Interchange (1-95/State Road 836/1-395)to US 41/MacArthur Causeway implementation or public Bridge, in Miami-Dade County. Mrs. Gonzalez is responsible for ensuring contract relations activities, compliance, managing budgets, executing special projects and performing QA/QC preparation of media on all collateral materials. She also supervises the work production of assigned staff communications and of 10 and works closely with the Department's PIO Office to streamline existing collateral materials for media processes and develop cost effective methods of communicating to stakeholders for interviews the least amount of funds and billable hours. Additionally, Mrs. Gonzalez is also in charge of a pilot workforce development program that just contracted and hired its Bilingual (English/Spanish) first class of workers in mid November. Reference: Tish Burgher, 305.470-5277. Project Role: Project Manager • 2015 — 2018: City of Miami Beach Sunset Islands 3 & 4 Neighborhood Improvement Project, Miami-Dade County, Florida — The City of Miami Beach Office of Capital Improvement Projects(CIP)and a local Design/Build firm began the design of Sunset Islands 3 and 4 Neighborhood Improvements Project in January 2015. This project involved undergrounding utilities and roadway improvements. Ms. Gonzalez oversaw the execution of this contract, and preparation of the initial outreach templates (advisories, updates, door hangers) to be used to communicate with the stakeholders. Reference:Office of Capital Improvements, Lauren Firtel, PIS, 305.673.7000, Project Role: Public Information Manager Page 3-17 DocuSign Envelope ID: 1C8B365B-CEBC-4783-BE47-C0112F6E4838 M R G Medio Relations Group.LLC Jorge Valens Public Engagement (Bilingual) • Mr. Valens is a public information professional who brings eleven years of experience in communityoutreach, while workingwith online media and editorialP W • organizations/institutions in South Florida. He currently works closely with • MRG's Lead Public Information Officer and Florida Department of r' • Transportation (FDOT) District Six Transportation Systems Management and Operations (TSM&O) Management Staff at the SunGuide Transportation Management Center (TMC). For over five years, he has worked as an TSM&O Assistant Public Information Officer, his main responsibilities include distributing material via industry publications and interacting directly with the public as the customer service and online outreach coordinator for the Center's Express Lanes projects. He also assists the TMC with the development of materials, multimedia content, software and led the redesign of the Center's website, Professional Credentials SunGuide.info. He has experience leading the digital outreach strategy effort for Bachelor of Science, the Wave Streetcar, a partnership with the FDOT, SFRTA, Broward County, City Major: Political Science of Fort Lauderdale, Broward Metropolitan Planning Organization (BMPO) and Florida International the Downtown Development Authority. In addition, Mr. Valens has extensive University - 2012 experience in internet marketing strategies, website development and maintenance, graphic/print design, project collateral development, online Basis for Team Selection engagement, content strategy and management, video production, and social Extensive marketing, media/digital outreach. He takes a proactive approach in keeping the graphic design and digital community, stakeholders, business owners, residents and commuters well- outreach experience informed of any project updates, which may affect them using web and social media platforms on his projects. Mr. Valens has worked on a similar Led or assisted with PI undergrounding project. Select Project Experience includes: efforts for multiple district- wide, state-wide planning • 2017 — Present: Village of Key Biscayne, Village-Wide Undergrounding and implementation of Utilities Program - Development of Master Plan, Miami-Dade County, contracts Florida — In 2017, the Village of Key Biscayne retained the services of Kimley-Horn to provide the program management and design services for this Brings eleven years of program. Mr. Valens currently assists Kimley-Horn with public outreach expertise in handling services. As the Public Information Officer for this master plan, Mr. Valens questions and requests was responsible for all digital outreach, graphic design and website from elected officials, the development for the project. He maintains and uses a database containing media and diverse Village contacts, including the Chamber and Village Council for periodic email communities blasts using MailChimp. He also led project branding efforts which led to the successful approval of the project logo/brand and slogan. He developed and Bilingual (English/Spanish) maintains the stand-alone undergrounding website (www.kbunderground.com). He also creates content related to the project for the Village's social media platforms. Reference: Jake Ozyman, MSCM, P.E., Director Public Works, Village of Key Biscayne, 305-365-7568. Project Role: Public Information Officer • 2012 — Present: FDOT District Six SunGuide Transportation Management Center (TMC), Miami-Dade, Florida — Mr. Valens assists MRG's ITS Public Information Officer and FDOT ITS Management Staff, to disseminate program materials and interact directly with the public. He also serves as the customer outreach coordinator for the Center's Express Lanes projects. He assists the Center with the development of graphic design materials, multimedia content, software and led the redesign of the Center's website, SunGuide.info. Reference: Javier Rodriguez, FDOT, 305.470.5757. Project Role: Public Information Officer Page 3-18 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 CURRICULUM VITAE RUSSELL C. MORRISON, P.E. Engineering Manager-Waypoint Engineering and Equipment LLC PROFESSIONAL SUMMARY YEARS OF EXPERINCE:33 Mr. Morrison has a wide range of experience in several fields of engineering and EDUCATION construction, including electrical, mechanical, civil, and structural. Mr. Morrison Graduate Certificate-Geospatial has been involved in the electrical, telecommunication, and land development, Informational Systems, North Carolina industries an engineer and professional consultant since 1986. In the electrical State University,2019 industry, he has been involved in the design and construction management of high voltage electrical distribution networks and was directly involved in the Master of Environmental Engineering, restoration of distribution facilities in South Florida after Hurricane Andrew in University of South Florida, 1996 1992. He has been involved in new construction of distribution facilities, as well Bachelor of Science in Mechanical as overhead to underground relocation projects since 1986. Currently, he is Engineering, University of Florida, 1986 working closely with Florida Power and Light Company and the Town of Palm Beach on a 10-year town-wide utilities undergrounding project. His involvement REGISTRATION AND CERTIFICATIONS on the project includes electrical facility layout, easement acquisition, property Professional Engineer, Florida#51567, owner and condo association coordination, and contractor coordination during Georgia#24686, North Carolina#23365, construction. His additional electrical experience includes power quality analysis South Carolina#30830,Texas#85690 of sensitive electronic systems and system degradation by electric and magnetic field interference. Mr. Morrison's civil experience includes management of the Florida Building Code Administrative Core, design of utility systems, including pressure and gravity fluid flow systems, Florida State University pressure pump systems for force mains, stormwater management systems, pavement design, and erosion control. His land development experience includes REGISTRATION AND CERTIFICATIONS- retail and commercial site development, with project sites over 100 acres in size, WAYPOINT ENGINEERING AND including management of stormwater and wet and dry utility systems, roadway EQUIPMENT LLC Certificate of Authorization,Professional and parking design. His structural experience includes managing the design of Engineering, Florida#29673,Georgia steel and concrete structures on existing facilities and new project sites. Over his #PEF006075, North Carolina#P-1015, career he has coordinated with contractors on project sites and performed South Carolina#4805,Texas#F-20927 inspections of concrete and steel structures. He has worked in the telecommunications industry, involved in system development for numerous PROFESSIONAL EXPERIENCE wireless services providers in Florida, as well as other states in the southeastern Owner/President/Project Manager, US. His experience includes site approval on raw land and collocation projects, Waypoint Engineering and Equipment LLC, and he has been involved in multidiscipline engineering design of wireless base Jupiter,FL,2010-present station projects. Mr. Morrison has interfaced with site developers, provided Vice President/Senior Associate/Project permitting documents, and managed the developer's permitting needs in local, Manager, Kimley-Horn and Associates, state, and federal agencies. He has managed the engineering and approval Inc.,West Palm Beach,FL, 1996-2010 process for new communication towers and formed a production team of engineers and surveyors for over 2,000 wireless site projects over his career. He Engineering Designer and Project has interfaced with tower owners and provided documents utilized in the leasing Manager, Florida Power and Light process for the proposed structures. Company, 1986—1996 Contact information TEL 561 252 1220 russell.morrison@waypoint-engineering.com Page 3-19 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Manuel G Vera, Jr., PSM Principal / SUR Chief Surveyor Education/Training Bachelor of Science, Legal Studies, Nova Southeastern University, 1994 M.G. VERA Associates of Science, Land Surveying, Miami Dade College, 1988 &ASSOCIATES Professional Registration Professional Surveyor & Mapper, Florida, PSM#5291 (1994) Years of Experience 36 Years Office Location Miami, Florida Professional Affiliations Florida Surveying & Mapping Society The Transportation and Expressway Authority Membership of Florida Mr. Vera Jr., a registered Land Surveyor has over 36 years of experience with the company and throughout the state of Florida. He has managed a variety of survey contracts and projects for the Florida Department of Transportation, Miami-Dade County, Miami-Dade Expressway Authority, City of Miami, and numerous Engineering and Design firms. Mr. Vera has performed and managed all types of surveying services including: Design Surveys, Right-of-Way Control Surveys, Right-of-Way Mapping, Platting, Construction Layout, As-built Surveys, Drainage Surveys, etc. Mr. Vera is a Senior Surveyor and Mapper as well as our Senior Project Manager. He has extensive experience in the management and coordination of survey projects involving a variety of surveying techniques such as Aerial Surveys, Conventional Ground Surveying, Utilities designation, etc. Surveying Experience: Manuel G Vera & Associates, Inc. (1983-current) Lummus Park Site Survey Subconsultant to: Metalco Active USA, Inc. Contact: Ariel Millan, PE (305) 670-2350, amillanbccenq.com Duration: 09/2017 thru 01/2018 Project Description: MGV provided a topographic survey locating all above ground features and improvements within the survey limits including: fences, walls, buildings, and appurtenances, visible above ground utilities, drainage structures, etc. Cross sections and spot elevations were also gathered along the project site. Construction services were also performed, which included stake out of proposed location of the wall every 20 feet, state out 5' offsets, and marking elevations on stakes. MD-DTPW, Miami to Miami Beach Light Rail / Modern Street Car (Miami Beach Corridor Connector) PD&E Subconsultant to: Parsons Transportation Group, Inc. Contact: Odalys Delgado, AICP (305) 507-5583, odalys.delqadoparsons.com Duration: 06/2017 thru On-Going Survey Cost: $550,948.67 Project Description: Project Limits: Miami Transit Connector from Alton Road and 5th Street in Miami Beach west along the Macarthur Causeway (1-395), south along Biscayne Boulevard to Government Center station and north along NW/NE 1st Avenue and North Miami Avenue to NE 41st Street in Midtown Miami. MGV is performing adequate research to graphically establish the existing right of way for planning purposes of the Miami portion of the project limits, and design survey tasks will be performed: horizontal project network control; survey baseline and right of way; topographic/DTM survey performed along the MacArthur Causeway; topographic (2D) survey will be performed from right of way to right of way and will extend to the radius return on all intersecting side-streets along the project limits; sectional survey and subdivision locations for survey baseline and right of way lines; miscellaneous survey locating vertical clearances over pavement signaling mast arms, bridges and signs; PNC sheets with horizontal values only, as well as station and off-set for the entire project limits; and provide work zone safety. Page 3-20 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Mark R. Sowers, PSM SUE Director/ SUR Chief Surveyor Education/Training Bachelor of Science, Land Surveying, University of Florida, 1988 M.G. VERA Professional Registration &ASSOCIATES Professional Surveyor & Mapper, Florida, PSM#5266 (1993) Years of Experience 32 Years Office Location Jupiter, FL Professional Affiliations Florida Surveying & Mapping Society Mr. Sowers is a Professional Surveyor & Mapper with 32 years of experience throughout the state of Florida. His responsibilities include managing field operations and establishing standards for consultants as well as final quality assurance / quality control of all deliverables before client submission. He is proficient in the latest industry technology, as well as developing and implementing successful management strategies. Mr. Sowers worked for the Florida Department of Transportation (FDOT), District IV for eight years, four of them as District Surveyor. During his FDOT tenure, Mr. Sowers actively participated in statewide process improvements. He was a chairperson for FDOT's Survey Technical Advisory Committee and a member of the committees responsible for the development and implementation of the staff-hour estimating form and project network control sheet. FDOT District 4, Districtwide Continuing Services for Survey, Mapping, and SUE (C-9T24) Consultant to: FDOT District IV Contact: Paul Doll, PE (954) 777-4579 Duration: 02/2017 thru On-Going Location: Broward, Martin, Indian River, Palm Beach & St. Lucie County, Florida Brief Description: Task driven contract performing miscellaneous survey tasks in Broward, Indian River, Martin, Palm Beach, and St. Lucie Counties, and all municipalities within the district. Surveying and mapping services for this contract include, but are not limited to: Mobile Lidar, Field Surveys, Maintenance of Traffic (MOT), Historical Baseline and Existing Right of Way Determination, Global Positioning System (GPS) Surveys, Monumentation Surveys, Bathymetric surveys (which includes single beam, multi beam and side scanner sonar capabilities, Utility Designation and Excavation (including Underwater Utilities), Tree Surveys (trees identified by an Arborist or Landscape Architect), Right of Way Control Survey Maps, Right of Way Maps, Maintenance Maps, Right of Way Monumentation Maps, Boundary Surveys, Quality Assurance Reviews, Expert Witness Testimony, Title Search Plotting Maps, Title Document Review and Analysis, Sketched, Parcel Staking, and Legal Descriptions. FDOT District 6, Districtwide Right of Way Monumentation Consultant Contract (CA146) Consultant to: FDOT, District 6 Contact: Cristina Albury, PSM (305) 470-5489, cristina.albury(a�dot.state.fl.us Duration: 10/2018 thru On-Going Location: Miami-Dade and Monroe Counties, FL Contract Amount: $1.5 Million Project Description: Task driven contract performing Right of Way Monumentation and Right of Way Monumentation Mapping services in Miami-Dade and Monroe Counties, and all municipalities within the district. These services include, but are not limited to the preparation of Right of Way Control Surveys, Right of Way Maps, Boundary Surveys, Title Search Reviews, and Right of Way Monumentation to include annotation and recordation of Right of Way Maps once the Monumentation is complete. Page 3-21 DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Reinaldo Villa, MS, PE RIP Miami Branch Manager, Senior Geotechnical Engineer Reinaldo Villa has 13 years of project management,engineering analysis/design and 1164 field experience in the geotechnical industry and is responsible for client development,project proposals and geotechnical engineering activities.He currently serves as Universal's branch manager for the Miami office overseeing all aspects of UNIVERSAL geotechnical,environmental and materials engineering. Reinaldo has an extensive ENGINEERING SCIENCES amount of experience with transportation-related projects, specifically design-build Education contracts with government agencies. He has been involved with designing shallow and deep foundations for bridges,retaining walls, buildings, noise walls,signs and MS,Geotechnical lighting poles. He has experience inspecting and overseeing the installation of Engineering, Missouri various foundation systems consisting of spread footings,driven piles,drilled shafts, University of Science and auger-cast piles,steel piles,and other structural components.Additionally, he has Technology gained experience providing practical and cost-effective solutions to deal with BS,Civil Engineering, problematic soils encountered during roadway construction. Florida International PROJECT EXPERIENCE University Turnpike Continuing Services Contract MDX Central Blvd.Widening and Years of Experience (C93K1)—2015 to ongoing Reconstruction Design-Build 13 Miami-Dade County,Florida 7/2010 to 12/2012 Licenses Reinaldo is currently serving as the point Miami-Dade County,Florida ■ Professional Engineer, FL of contact between our Miami Branch and Reinaldo previously served as project our Contract Manager for this contract.To geotechnical engineer during design and date,services have including soils,asphalt construction phases.He is responsible for and concrete laboratory materials testing, field exploration and laboratory testing vibration monitoring,and asphalt plant programs.He performed geotechnical inspections. engineering analyses and design for Florida Turnpike Enterprise foundation elements of eight bridge 954-975-4855 widening/replacements,retaining Mr. Kenneth Morgan, Materials walls,sign structures and mast arms. He Engineer ken.morgan@dot.state.fl.us prepared the geotechnical engineering reports containing recommendations for foundation design and construction for all foundations. Miami Dade Expressway Authority 305-637-3277 Sandra Herdocia,Accounting sherdocia@mdxway.com SR 836 Eastbound Auxiliary Lane Design-Build (MDX#83622) 7/2009 to 2/2012 Miami-Dade County,Florida Reinaldo previously served as project geotechnical engineer for the design and construction phases. Project included providing geotechnical and foundation design services for bridge widening, retaining walls,roadway widening,sign structures,and more.Also,construction phase included inspection of foundation elements. Miami Dade Expressway Authority 305-637-3277 Mr.Francis Chin Jr., Project Manager fchin@mdxway.com Page 3-22 DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EAC H I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND 3.2 Project/Account Manager Barton Fye, P.E., ENV SP Project/Account Manager Barton has 13 years of civil engineering and project management experience involving the design and construction oversight of underground utility infrastructure. His expertise is in utility design, project management, and utility program management. Barton is a Florida-licensed Professional Engineer and an Envision Sustainability Professional (ENV SP). He earned his Bachelor of Science in Civil Engineering from the University of Miami and Master of Civil Engineering from Norwich University. Barton's experience includes master planning and design of underground utilities as part of overhead to underground conversion projects as well as to extend service to existing or new developments, including the Town-wide Palm Beach conversion project, the Village-wide Key Biscayne conversion project, Miami Worldcenter in downtown Miami, and the Grove Central transit-oriented development in the City of Miami. Barton has also been responsible for managing numerous other infrastructure design and construction oversight projects involving utility coordination, relocation, upgrades, and design. These projects include roadway rehabilitation and expansion; water distribution and sewer collection system upgrades and expansions; stormwater management system improvements; land development; and landfill expansions and closures. (0,' 1/ .wagr a�M , 01,16,47c, :,.- W w H"a . Lt a RRR 4,A , � , ... .: �` MasterPlan O A. f 4 VILLAGE OF KEY 8ISCAYNE .�.y .. _4 ., 10 ., _ lMierpa+mN W MN.V ,,I, 4)A.1 ..-7 . . 044, 'r-°-e"-- Kimky*Hom A WmWe^i'�'��cc� if; Lake Patricia S � .!s Klm.e..„..,.„ Unde :, r. = ✓ ✓ • .. +/ ■a „,._. . !, • Conversion A , MIAMI lLAKI.H Kimley`>>Horn Growing B... 1 IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 3-23 Kim 1 ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 Barton J. Fye, P.E., ENV SP lb) Project Manager Master Planning for Key Biscayne Village-Wide Undergrounding of Utilities Program,Key Biscayne, Special Qualifications FL—Deputy project manager.The design and construction of the undergrounding program is anticipated to take multiple years to complete.The underground program will be broken into multiple phases that can Project manager with 13 years be constructed on an annual basis.In order to balance potentially competing priorities such as cost,project of experience in civil and duration,traffic impacts for this large-scale project,development of a Master Plan was recommended in environmental engineering order to evaluate these priorities ahead of any detailed design of any single undergrounding phase.2018- design Ongoing Proficient in Autodesk Civil Agency Name:Village of Key Biscayne Agency Contact:Jake Ozyman,P.E.,Director of Public Works; 305.365.7568;jozyman@keybiscayne.fl.gov 3D©,Inter-Connected Pond Routing(ICPR©)model, Miami DDA Utility Undergrounding Feasibility Assessment,Miami,FL—Project manager.Kimley-Horn and Hydrologic Evaluation of was selected to be the engineer for the Miami DDA's Utility Undergrounding Feasibility Assessment.The Landfill Performance(HELP) Assessment investigates the extent of existing overhead facilities within the Miami DDA's boundaries and model each of its Districts,the type of existing facilities,and provides information on the cost,schedule,funding mechanisms,and next steps for use in evaluating future projects or policies.The purpose of the feasibility His expertise is in the design analysis is to provide information that will help policy-makers determine whether such a conversion would of stormwater management be feasible given current anticipated costs and construction impacts.A detailed opinion of probable costs for systems and his experience each District and the entire DDA was developed based upon extensive field data collection and conversion of also includes paving,water, existing utility information into a query-able GIS dataset which was utilized to evaluate the total length and sewer,earthwork,and landfill quantity of each utility,roadway impacts,and other critical information as well as develop maps which were design and evaluation included in the report that allow for visualization of the extent of existing facilities.2017-2018 Agency Name:Miami Downtown Development Authority 2012 Young Engineer of the Agency Contact:Patrice Gillespie Smith,Planning,Design+Transportation,Senior Manager;305.379.6583; Year Miami-Dade Branch pgsmith@miamidda.com American Society of Civil Townwide Undergrounding of Utilities Program,Town of Palm Beach,Palm Beach,FL—Project Engineers engineer.Subsequent to a state of Florida mandate that FPL"storm harden"all vital infrastructure and Professional Credentials utility lines statewide,resulting in the installation of taller,concrete electric poles,the Town of Palm Beach chose instead to convert all aerial electric,communication,and cable lines to an underground location. Bachelor of Science,Civil Kimley-Horn serves as program manager and prime consultant designing and permitting the underground Engineering,University of conversion process in close coordination with FPL,AT&T and Comcast.Kimley-Horn first developed a master Miami,2007 plan to outline the schedule,sequencing,phasing,management of traffic impacts,project delivery methods, Master of Civil Engineering, data collection,public outreach,design criteria,and projected costs.At the same time,Kimley-Horn Water Resources,Norwich performed the detailed design of Phase 1 of the program,which is now complete.Kimley-Horn and the University,2015 Town also performed planning to address Town infrastructure needs(stormwater,gas,water and sewer)to Professional Engineer in determine if any renovation or replacement should occur while the underground utility work is underway. Florida,#73898,January 12, The benefits of undergrounding these utilities include improved neighborhood aesthetics,increased service 2012 reliability,and increased levels of safety as the lines are no longer exposed.The entire program,which began in 2016,is expected to take 10 years to complete.2016-Ongoing American Society of Civil Agency Name:Town of Palm Beach Engineers(ASCE) Agency Contact:Steve Stern,Underground Utilities Program Manager;561.227.7077;sstern@ American Society of Civil townofpaimbeach.com Engineers(Miami-Dade Miami Worldcenter,Miami,FL—Project engineer.Kimley-Horn partnered with a private developer,the Branch);2009-Present City of Miami,the Miami Community Redevelopment Agency(CRA),and other stakeholders in preparing Environmental and Water civil engineering and landscape architecture design for the City's largest downtown project.Kimley-Horn Resources Institute(EWRI), partnered with numerous utility companies to determine existing underground conditions and coordinate, 2012-Present facilitate,and design the relocation and upgrades of multiple underground utilities within and surrounding the project area.Once this information was obtained,we worked with multiple stakeholders to develop and evaluate various streetscape options for roads and avenues within the multi-block project limits.2008- 2016 Agency Name:Miami Worldcenter Agency Contact:Benjamin Feldman,Director; 305.895.8914; benf@miamiworldcenter.com IWPN36014.19w_Miami Beach Undergrounding_KH_Resumes.indd Page 3-24 Ki m I ey>>>IH or n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND I TAB 4 — Approach and Methodology 4 Approach and Methodology Introduction - Kimley-Horn has a history of successful overhead-to-underground conversion projects for numerous public and private clients. ,:.;,• : We know that the burial of the overhead utilities can transform '` >`' a community; both functionally and aesthetically.The removal i ,j • of overhead lines from the skyline can be aesthetically striking 7 I .+"' z`► .. ' r and is often a significant motivator for conversion projects. More "` `•- critically, the conversion will significantly improve the level of system , �:• i :' • *� 'r `', rtdi 4 resiliency and service reliability for the electric, telephone, and cable ``` ,. • .. • 7.. communications to the community. -41 ;41 To execute an overhead-to-underground conversion the City needs : �. • -� , a consultant team they can trust—one who listens, understands, and has the local talent and proven experience to plan, design, and execute this type of project efficiently and cost-effectively. This is -; \µl particularly true when the City anticipates relying on a Consultant to a • potentially perform multiple neighborhood projects simultaneously with separate timelines. Kimley-Horn is that consultant. Kimley-Horn has successfully completed and is currently engaged in several similar projects and programs, such as the Town-Wide Undergrounding Program in the Town of Palm Beach, the Village-wide Undergrounding Program for the Village of Key Biscayne, and the Overhead Utilities Conversion to Underground Continuing Contract for the City of Pompano Beach. This extensive undergrounding conversion experience, combined with the breadth of in-house expertise at Kimley-Horn, provides you with peace of mind that engineering challenges of any sort can be managed by your consultant. It is not just our expertise in undergrounding that sets us apart, it is our expertise in many areas ranging from roadway design to landscape architecture to structural engineering, and the ease with which we can bring that expertise together to solve problems efficiently and expeditiously. Collaborating with our in-house partners across multiple disciplines provides Kimley-Horn with a unique perspective and approach to completing project designs that is unmatched by other consultants. Our project approach draws on our extensive experience and this broad knowledge base so that you can be confident in the successful implementation of each undergrounding project you choose to assign to us. Keys To Success • Communication. Responsiveness and a high level of communication between all parties involved, including the engineering design and construction teams, utility providers, City staff, City Commission, and the City residents and business owners is essential. Communication is critical to managing schedules, budgets, and ensuring that the project meets the needs of stakeholders. • Staff Continuity. From planning to construction—continuity of consultant staff is a must. Kimley-Horn prides itself on being a great place to work—this is critical to staff continuity on our projects, particularly where teams are anticipated to work together for multiple years. • Strong Teaming Partners. Kimley-Horn has utilized our teaming partners on this assignment for numerous past projects and have selected this team based on the quality of their services, responsiveness, and successful project history. For this assignment, we have partnered with M.G. Vera for surveying and SUE services, Universal Engineering Sciences for geotechnical engineering services, and Waypoint for electrical engineering services to supplement our experienced in-house utility undergrounding staff. • Provide Community Outreach. Providing information about a project to the community can be as important as the design of that project. We can prepare all exhibits/media, websites, newsletters, telephone/email information lines, IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 4-1 Kimley>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND present to the community, or simply provide support for City staff in their normal outreach efforts in partnership with our public involvement subconsultant, Media Relations Group. • Think Big Picture.We will look beyond the project: What are the long-term goals?What are the long-term opportunities for community enhancement?We will help the City identify opportunities to plan for future conversion projects and realize savings of combining efforts with other capital projects. • Be Flexible.We understand schedules change(accelerated or delayed), project scopes change, and we must be prepared to deal with these changes. Our team is available at all times for any size task and can readily adapt and scale our services to the task at hand. • Think and Act as an Extension of the City Staff. Most importantly, our team will approach projects as though we are part of your staff. Working within the City is unique and a consultant who understands the importance that aesthetics, traffic flow, and overall community impacts will play during all phases of the program will be vital to success. This requires a team of locally-based experts who have the right expertise and a commitment to client service. Team Organization Effective project oversight is essential to providing positive outcomes _ _ on any project. Our approach to this project begins with leadership who understand this type of work, know the stakeholders involved, have proven experience with the successful execution of large-scale - infrastructure projects, have experience with undergrounding projects, - and are committed to the success and implementation of this project. �►- . As principal-in-charge, Kevin Schanen, P.E.will provide high level • oversight and offer the City a seasoned expert with a wealth of - - `� 'f experience. Mr. Schanen possesses an abundance of electrical and ,`°` telecommunications experience, having served as project manager for a number of municipal undergrounding programs and smaller neighborhood overhead to underground conversion projects. He `has also designed sub-station sites for FPL, as well as hundreds of communications facilities for AT&T, Verizon, Sprint, and others across the southeastern United States. Day-to-day efforts will be overseen by project manager Barton J. Fye, P.E., ENV SP (who has recent undergrounding experience in Palm Beach and Key Biscayne). Kimley-Horn can plan and execute this project while maximizing efficiencies learned from past projects utilizing a network of internal staff and strategic teaming partners. Our multidisciplinary team will provide the City with a high level of service and a wealth of knowledge unparalleled in the industry. As Project Manager, Barton has the ability to call on the full resources of the firm to support the City of Miami Beach as needed to meet project timetables. Even the most experienced and dedicated manager would not be able to produce the highest quality work without a complete and committed team of professionals. We offer you a depth of staff and teaming partners unrivaled by other consultants in their experience with aerial conversion projects. We have numerous professionals on our team with diverse experience and educational backgrounds capable of handling complicated and intricate projects such as this one.This includes our QA/AC Manager, Joshua Horning, P.E., LEED AP, who has extensive experience in managing conversion projects in his own right and can oversee parallel efforts during peak production times. The process of undergrounding aerial facilities is a significant infrastructure project for a community that will present schedule, cost, and coordination challenges. Effective management is essential to delivering successful projects on schedule and within budget. The success of a project is largely dependent on having a project manager who understands the importance of proper coordination, project phasing, and the interdependency of various tasks. IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 4-2 Ki m I ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B E AC H Facilitation, Coordination, and Technical Assistance -Not„ Services for the Undergrounding of Utilities RFQ No.2020-008-ND Overhead Utilities Undergrounding Design — Kimley-Horn has prepared numerous underground utility designs ; across the country. This design experience is the foundation 45.19". : ' of our ability to provide timely, practical, effective design and ► execution. Just about every land development, transit, and major f infrastructure upgrade we perform involves the installation of - ' : _' �. ' ` underground electric, telephone, and cable utilities. From simple _. - services for commercial and residential buildings to streetscape •h-' renovations like Worth Avenue to massive infrastructure projects like Miami Worldcenter in downtown Miami, Kimley-Horn has 1 designed and extensively coordinated with the utility providers oar - to deliver completed underground utility projects to the client. x►"" With our depth of overhead to underground conversion - " -- experience, Kimley-Horn can provide cost-savings benefits • to the City and its residents by identifying and eliminating • over-designed electrical and communications infrastructure that may only benefit the utility provider. For this contract, we have partnered with Waypoint Engineering and Equipment, LLC to assist our team with the design of commercial services that are outside of FPL's responsibility to provide. As former FPL distribution engineer, Russell Morrison, P.E. has unique experience with FPL in the design of primary underground facilities, including feeder switch cabinets, 3-phase feeder and primary distribution systems, primary laterals to pad-mounted transformers, relocation of existing overhead feeders, and undergrounding of primary distribution facilities. Utility Provider Coordination To execute overhead-to-underground conversions well, proper and constant coordination with utility providers is paramount to schedule control. Kimley-Horn has extensive experience in the coordination of dry utility design with various providers like FPL, AT&T and Atlantic Broadband. This level of coordination ranges from the provision of simple services for small-scale land development projects all the way to the relocation and/or undergrounding of various facilities related to large-scale infrastructure projects. Kimley-Horn has coordinated utility relocations, designs, and undergrounding on municipality-wide and various neighborhood and streetscape projects throughout southeast Florida. We anticipate that we will continue working with folks like John Lehr and Chanda Young Brown at FPL; Ariel Gonzalez and Ricky Costa at AT&T; Kyle Nicolay and Ricardo Davidson at Comcast among others and for the execution of this program. It is critical to the success of these projects to coordinate effectively with the utility providers impacted directly and indirectly. Understanding that the list of utility providers operating within the limits of the City of Miami Beach is lengthy and having the breadth of experience to have encountered each of these utilities over the course of many projects around south Florida will be key to making the connections and providing the right information to keep projects moving forward on timely schedules. These utility providers and affected parties include: • FP&L • Hotwire Communications • AT&T • MCI and several other smaller communications providers • Atlantic Broadband • Florida Gas Transmission • Comcast Cable • City of Miami Beach • Crown Castle Fiber • Miami-Dade County Traffic Signals • Teco Peoples Gas • Florida Department of Transportation IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 4-3 1(11111ey>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AMI B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Easement Acquisition In densely-developed areas, easement acquisition and coordination is key to the execution of the project, and our ability to oversee this process while managing design allows for the ability to adapt to acquisition challenges. Kimley-Horn regularly partners with municipalities on a variety of projects to acquire easements needed for public infrastructure. For example, through the first three phases of the undergrounding program in Palm Beach we have assisted the Town in acquiring over 220 equipment easements for the program.All of these easements were obtained by the property owner voluntarily granting the easement-none of the easements were provided in exchange for monetary compensation which has allowed for a significant cost-savings to be realized by the Town. Our experience includes obtaining numerous temporary and permanent easements for undergrounding projects. Kimley-Horn will employ the services of M.G. Vera&Associates, our project surveyor, to prepare the legal sketches and descriptions that will be used to describe easements on each property, as may be needed. AMIAMIDDA An.a4�^M� waa�� Geographic Information Systems (GIS) -- __� Kimley-Horn utilizes GIS technology daily to provide efficient, dynamic, e _- and effective services to our clients. Our experience with data evaluation, management, and development provides us the ability to perform and create I j ',r 4-11---° customized models, run complex spatial analysis, and manage organizational ' databases that can be applied across a variety of disciplines. This expertise can j , --- I be leveraged to plan, execute, track, and document projects of any type, but j_ „-_ ”-- "' can be particularly effective for projects like these which require the coordination W~~ of multiple overlapping utility networks. 0111/11 ._. — --- For example, for the Village of Key Biscayne GIS was used extensively to •• quantify existing overhead infrastructure, pole mounted lighting that would .. ,t need to be replaced once conversions were complete, existing underground __ `- '., ; ` \ infrastructure in the project area, and to illustrate proposed project phasing. ., Rte, Landscape Architecture _ _ _• T�'-_� Kimley-Horn's in-house landscape architects will help to implement the "'°`— _.— 1 landscape screening required to preserve the aesthetic qualities of the City after infrastructure such as transformers, switch cabinets, and communications equipment is installed. Aesthetic treatments are a very important consideration as maintaining the City's unique character will be a key component to the project's overall success. Our team provides the right landscape professionals that can provide a level of treatment complementary to the existing area whether that area be a downtown urban corridor or the front yard of a private residence. GUIDING PRINCIPLES !PECK!aVERYMry Sat W QI 0n tMtANNO 91L.01/0 ti 4 N •• •• •• F • • •• • _r_l_ 0 • ri } Q • •• •• + •• 1 • _ • _ . • LANDSCAPE STRATEGY IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 4-4 1(11111ey>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Transportation Engineering Roadway design and planning is one of the mainstays of our firm's professional practice and we are well equipped to address all related aspects of roadway design projects. Collectively, our engineers have been responsible for the design of more than 3,500 miles of roadway, much of it here in Florida. Our staff is also well versed in designing maintenance of traffic (MOT) plans that balance all modes of traffic in an efficient and effective manner. MOT is no longer just about ensuring smooth and reliable vehicular traffic, but must also ensure that other modes of travel, pedestrians, bicyclists, and the physically handicapped are safely and efficiently moved through and around the construction zone. Kimley-Horn staff have provided MOT plans and strategies for numerous projects, including undergrounding conversion projects, throughout the state of Florida. Utility Engineering And Trenchless Design Kimley-Horn has extensive experience with pipeline and conduit construction, including conventional installation and horizontal directional drilling (HDD) projects. - We routinely interact with and have long-standing relationships with permitting or---:o agencies to procure permits for unique pipeline and HDD projects, including those . • Amety- . involving subaqueous crossings under sensitive wetlands and under Waters of the State. Representative projects include crossings of the Indian River Lagoon (an Outstanding Florida Water), the Intracoastal Waterway, and ocean outfalls • which require special monitoring where drilling procedures are exposed to variable - conditions. , ?," . Kimley-Horn has designed thousands of feet of electrical conduit, communications conduit, storm, gravity sewer, force main, airline, and potable water pipelines. We leverage this experience and integrate the local nuances which allow us to successfully complete these types of projects—especially within the tight urban and residential corridors that exist within Miami Beach. Resiliency The City of Miami Beach is facing a serious long-term threat to the viability of the City from projected climate impacts. The City has moved aggressively to address these challenges by joining the Southeast Florida Regional Climate Compact, modifying its floodplain building requirements, and developing more robust disaster preparedness and response programs. It is essential for any consultant working for the City to understand these challenges and the need to develop creative solutions to a wide array of resiliency challenges. With in-house engineering, planning and environmental, national resource, and resilience planning experts, and a detailed knowledge of the Miami Beach area, we believe Kimley-Horn is well-suited, with a deep understanding of these resiliency measures. Afton Rd and W 63rd St • . • • Before After IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 4-5 Ki m I ey>>>H o r n DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Environmental Permitting In the event that any of the work will require coordination with the Florida Department of Environmental Protection (FDEP) for work eastward of the Coastal Construction Control Line(CCCL), or for any coastal engineering and permitting needs, our environmental engineers cover the gamut of concerns that could arise. We have successfully represented numerous institutional, national, and local clients before federal, state, and local agencies, including the South Florida Water Management District (SFWMD), Miami-Dade County Department of Regulatory and Economic Resources (RER) Division of Environmental Resources Management (DERM), the U.S. Army Corps of Engineers (USAGE), and the Florida Department of Environmental Protection (FDEP), among others. We are experienced in preparing permit applications for these agencies, know what is required to gain approval, and excel in providing the high level of coordination that facilitates an expedited permitting process. Once permits are issued, we track the conditions associated with each permit to ensure that the project remains in compliance through construction and final completion. Construction Administration And Observation Services Kimley-Horn's professional staff has extensive experience in construction administration and will keep project contractors on task, on time, and within budget. Our experience will result in the delivery of quality projects that will make both the City and Kimley-Horn proud. Our client support includes value engineering, bid phase services, establishing financial controls to track contractor and project consultant progress, progress report development, community outreach and education, public involvement meetings, document control, and review of shop drawings and product submittals. Other services include answering questions from the contractors, subcontractors, and suppliers; observing progress in the field; schedule development and tracking; administering the testing process; performing equipment and process startup; reviewing change order requests and payment applications; and making recommendations to the client. Most importantly, we serve as an extension of your staff to help you complete your most challenging assignments. We work very hard to make sure your interests are kept first and foremost while performing our observations in the field. Because our engineers and subconsultant partners are already familiar with your work program, we can quickly determine whether the contractor is straying outside of the requirements of the plans and specifications. This allows us to make quick corrections before the project heads down the wrong path and has contributed to our many past successes on your projects. We are also well versed in providing construction phase services on projects that were not designed by Kimley-Horn. . La Gorce Dry ; Kimley-Horn can provide you with an on-site project field representative to observe contractor operations throughout the .;M1'' . . `-- construction process.This is particularly important for components *0. ` /� •f OP. -- that will be buried or otherwise hidden from view at the conclusion :°° of the project. Undergrounding of utilities such as electric, • -- i ') telephone, and cable must be inspected prior to installation and comprehensively photographed for future reference. All of these activities will be documented in daily reports with photographs prepared and cataloged by the field representative. These reports are then posted to a private FTP site that can be viewed by authorized Before users at any time. Any outstanding deviations will be brought to the contractor's and your attention as they are discovered so they can be resolved quickly. Public Involvement/Outreach :11/1 During the last six years, our public involvement team has been actively involved in multiple community outreach efforts within • • the City of Miami Beach and is keenly aware that all successful ' , , � � projects begin with proactive and effective outreach to ensure fl a _ • r stakeholders are aware of potential impacts and benefits related to an improvement project in their area. Our team will ensure citizens are involved and informed throughout the project at the level they After - IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 4-6 Kimley>>>Horn DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND are used to being informed and educated at the City of Miami Beach specifically during the master planning process. As this project goes through the planning phase, it will be important to solicit public input and hold community information meetings that will allow opportunities for project managers, engineers, and experts to be available to the public to hear their concerns and inform them on plans and ideas. Regular update and information meetings can serve as the link between the community and the implementation team over the span of this project and alleviate concerns or issues as they come up. Community Relations We will implement project-specific community outreach to review the design components of the plan and the impact to the specific neighborhood. Our Project Liaison will work closely with the assigned City Project Liaison and serve as a link between engineers, City and residents during the Design Phase. We will coordinate with City staff and City Commission to provide regular updates with one cohesive message. We will seek involvement and send updates to all impacted stakeholders including community organizations, such as the Civic or Citizens Associations, the chamber, homeowner associations, and other local groups during the Final Design Process. A designated community relations spokesperson/PIO will be available to support City residents, staff, council, task force, and team members as a link between the community and project team.We further recommend that this PIO carry the projects through construction and be responsible for interacting with the residents during the construction phase on a day to day basis when construction is specifically occurring in front of their property.This person can provide the details related to construction impacts to their properties such as expected length of time of impact and what can be expected during the process while having the history of the community outreach phase conducted during the Design Phase.The information can be communicated through the project website and construction advisories and updates approved by the City and distributed via email and door to door when necessary.The City has an extensive toolbox of successful communication resources in place including text message alerts, social media platforms, a local cable television channel, YouTube channel and a newsletter that we can also use to share project information and benefits with the community. This person would also promptly address any issues that are brought to their attention by property owners as the PIO will be extremely aware of concerns anticipating issues.They will be beneficial to the community and our team because they have a name and a face that provides them a direct communication link to the project team. Communications We will manage and implement a thorough communications plan during the Design Phase.This will include providing notifications to residents such as timelines, days/areas traffic will be impacted, and success stories once a certain goal is reached in the project plan, as well as useful tips learned from one area to the next. Communications with residents through mail, phone, and email(where applicable)and on social media will provide updates on the Design phase and solicit their input. It will include a project phone hotline and emails, typically the PTO's cell phone number for access as needed, as well as a project website that provides updates, contact information, and FAQs page where residents can have questions answered.The web page serves as a 24/7 PIO to the community on the latest information and allows them to submit questions and concerns directly to the team. It is also very important for all Miami Beach property owners that do not live in Miami Beach to have access to the website and social media to keep track of the projects. Media Relations Our Project Liaison/PIO can serve a spokesperson for the project to the media if this is approved by the City. Our team understands the City has very strict procedures involving media inquiries and normally all communications come directly from the City's Department of Communications. Our PIO will make sure media inquiries are answered in a timely fashion and ensure the questions are answered by the right team member with the correct updates. Coordinated releases and statements to the media will be sent as milestones are reached during project phase and we will work with the City, so messages are factual and coordinated. Our proposed PIOs are former journalists and have served as media spokespersons for the Florida Department of Transportation and several municipalities on similar projects. They will work closely with Tonya Daniels and her Department on this project as they have for the last few years. IWPN36014.19w_Miami_Beach_Undergrounding.indd Page 4-7 Ki m l ey>>>H o r n DocuSign Envelope ID:1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AIMII B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No 2020-008-ND Experience Our PIOs have extensive experience working with the South of Fifth Street and Flamingo Park Neighborhoods which both have a unique blend of affluent residents, historically significant infrastructure, and world-class, tourism-based businesses. These neighborhoods require advanced notification of impacts and special modifications to standard construction means, methods and time frames. We will implement these same strategies through constant communication and we will establish key relationships and trust within the community in an effort to build successful consensus. Our PIOs have also spearheaded successful projects in Palm and Hibiscus Islands, Sunset Islands III and IV, Parkview Island, the Central Bayshore and Mid-Beach Neighborhoods. We fully understand that in order to mitigate disruption you must engage the community and stay on top of issues and/or concerns and deliver one cohesive message. We will employ strong grassroots tactics that target the community head-on. Our public outreach approach will include attending the City of Miami Beach's Monthly Construction Coordination and group decision meetings to ensure that we are working with all other active projects throughout the City. Specialty Subconsultants In addition to the Kimley-Horn in-house staff, we have complemented our team with a number of local specialty firms from a variety of disciplines to serve the City on this project. These subconsultants are shown on our project organization chart, which graphically describes how our overall team is organized. A description of each of our subconsultant's specific role on the project follows below. Survey and Subsurface Utility Locating Based upon the RFP, the City of Miami Beach is looking to evaluate and design utility undergrounding of existing facilities within various neighborhoods throughout the City. MG Vera and Associates has the past history, experience and capabilities/equipment to provide the necessary r/w and topographic surveys including Subsurface Utility Engineering services that will be needed for a successful design. With this project, providing specific location design/topographic survey information, establishing/verifying the existing right of way as well as accurately locating existing subsurface utilities will be critical to the success of this project. As an area of undergrounding is determined, MGV will establish the existing r/w and complete a full topographic survey along the proposed corridor. In addition to the design survey, MGV will work with the design team to identify all subsurface utilities/ features that may be potentially in conflict with the proposed undergrounding. Prior to mobilizing our SUE field associates, ASCE Quality Level D utility record information will be gathered. With records in hand, MGV will designate (Quality Level B)the existing subsurface utilities utilizing electromagnetic detecting equipment as well as GPR. From these utility designates, MGV will work with the EOR to identify potential utility conflicts. If Quality Level A utility locates(test holes) are required for a utility conflict resolution/avoidance, MGV will utilize our non-destructive vacuum excavation systems to obtain then necessary information. The subsurface utility information will be delivered in the required CADD formats meeting City of Miami Beach Standards, ASCE 38-02 "Standards Guideline for the Collection and Depiction of Existing Subsurface Utility Data" and Standards of Practice for Surveying &Mapping per Rule Chapter 5J17-6, Florida Statute 472.027. Geotechnical Investigations We understand that trenchless methods of conduit installation may be desirable to limit restoration needs and construction impacts associated with the program. Because it is anticipated that trenchless horizontal directional drilling will be used extensively for the construction of the electrical and communications conduits, we have partnered with Universal Engineering Sciences to provide geotechnical investigations where appropriate to determine existing soil conditions. UES offers a full range of geotechnical engineering services designed to help clients meet local, state, national, and international environmental regulations. UES' specialists are supported by a comprehensive set of resources, including a large fleet of energy efficient field vehicles, high-capacity drill rigs and state-of-the-art laboratories performing AASHTO, ASTM, FM, and USACE accredited testing on soils, rock cores, and water samples. IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 4-8 1(1111ley>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMIBEACH I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Project Control Cost Control Kimley-Horn is sensitive to meeting client budgetary needs and has employed a variety of measures to ensure we design a project within budget. Our recent experience providing these services for numerous governmental entities has given us significant command of current design processes and construction cost-saving options. The best way to control construction costs is to provide detailed design plans and specifications to ensure the contractor is well aware of the existing conditions and proposed design features to complete accurate bids. Insufficient information leads to contingency pricing and supplements during construction. Key components to cost control are: • Detailed Work Plans-Thorough planning with descriptions of goals, milestones, QA/QC plans, detailed staff-hour estimates, and items critical to the project's success. • Preparation of Detailed Plans and Specifications-Vague and limited details can lead to higher bids and change orders during construction. • Accurate and Up-to-Date Project Cost Estimates-With similar projects recently bid and under construction, we have current unit costs to use for preparing opinions of probable costs. • Quality Control Review-We will evaluate the project at each milestone to determine if there are areas where we can add value by modifying our design to take advantage of construction cost saving opportunities. • Evaluate Current Construction Practices-With ongoing construction projects, we continuously evaluate construction methods and materials to find ways to value engineer our projects. • Communication -Continuous interaction between the City of Miami Beach, Kimley-Horn, and the contractor will result in a focus on quality. Immediate attention to potential problems is paramount to minimizing cost overruns. Not every project will be completed without field adjustments that may result in a change order. Some will be due to a City requested change and some change orders will be due to an unforeseen site issue or conflict. The key to minimizing a change order is to produce a set of plans and specifications as described above: plans that are clear, concise, and leave little room for question. Beyond that, continuous communication with the contractor can eliminate or minimize change order costs. Kimley-Horn will scrutinize any and all change orders to ensure that they are necessary and that appropriate pricing is applied. South Beach Alley .11 • \\\\ • s•, II, Befnrp After } Schedule Control Kimley-Horn recognizes that meeting our clients' deadlines and staying within budget are critical to the success of a project—our depth of staff and ability to activate resources from other Florida offices will ensure that we complete the City's projects on time. IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 4-9 1<11111 ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M 1 AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Our first step in schedule control is to understand your vision for a project and then develop a realistic schedule to make that vision a reality.This step requires immediate and clear communication and is a critical step in partnering for a successful project. We will define the project requirements, understand potential obstacles to success, identify potential opportunities to achieve more within the same project, and create a project work plan that allows us to accomplish your goals efficiently. Our proactive management process ensures the availability of firm-wide and Florida-based resources for project staffing requirements through a proprietary program maintained on our computer network called "cast-aheads."The cast-aheads process ensures that sufficient staff and hours are available to meet project schedules. Combined input from the firm's project managers is compiled and distributed in the form of a report to all project managers and regional management for review and discussion at the monthly cast-ahead meeting. Work overloads and/ or shortfalls for specific personnel, individual offices, and disciplines are tabulated and addressed at the meeting. Where possible, these imbalances are resolved through internal shifts of personnel between offices.The objective is to balance the workload in a manner that maximizes the use of production staff, while ensuring that all project requirements and client deadlines are met. Because of the level of effort we spend on understanding workload and on what projects staff are working on, Kimley-Horn can define on very short notice our ability to handle any task assignment and exactly who has the most availability to work on a project so it is completed on time. Prior to beginning work on any project, we will prepare a detailed project schedule and monitor it against actual project milestone completion dates. Project schedules are evaluated at different frequencies depending on the magnitude of the project. We use several different software packages, including Microsoft Project and the Primavera scheduling programs to schedule our work. Schedule updates can also be sent in simple PDF formats to the project team throughout the life of a project. We can tailor our updates to the frequency you require. Paramount to the success of any project is a continued partnering throughout the project to adapt as necessary to unforeseen circumstances. We will include critical decision-making points in our work plans so the project team and the City can agree upon the best course of action to keep projects on track. We know there will always be unexpected challenges unique to any given project, so it is critical to develop and follow an approach that controls what can be controlled while building in mechanisms for dealing with the unexpected. Coordination with the Utility Owners and building their design timeframes into the project schedule is important to keeping overhead to underground conversion projects on track. We conduct regular progress meetings with all of the utility owners in a joint setting to better coordinate the work and schedule so that the project can be delivered within the timeframe that the City expects. When required, our team can accelerate work to meet a change in project schedule. This process is used frequently when workloads require extra personnel. It allows our team to be flexible and be able to react to all types of scheduling changes. Kimley-Horn is confident in its ability to monitor project schedules to meet the City's expectations and we have an exemplary record of performance. We are prepared to commit the necessary resources to ensure that your projects stay on schedule and within budget. Value Engineering Kimley-Horn strives to provide continuous value engineering by focusing on better decisions, better information, better analysis, cost reductions, increased productivity, and accurate s"`'` deliverables throughout all phases of the project. Value engineering is a key factor for developing successful projects that transition from study to design, and from design to GAIN 4fif, LOSS construction. The challenges associated with each project task are solved creatively and effectively. Each step is reviewed by the most qualified professional to ensure the highest level of Cat value. Kimley-Horn has also worked with many municipalities and governmental agencies to provide peer reviews and value "•1 0�°;" a, ow, o "mos 'awns=' engineering reviews. Our team's expertise can be applied to Tin Whenwuebribes* Perfamed IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page4-10 Ki m I ey>>>H o r n DocuSign Envelope ID: 1CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND designs completed or partially completed by other engineering companies. Our experience in all facets of municipal work can be applied to any existing project with positive results and added value to the City of Miami Beach. The goal of the Kimley-Horn team is to provide the City of Miami Beach with the most value throughout every aspect of each project assignment. Our knowledge of local construction costs will allow you to accurately budget for upcoming capital projects. Construction costs have seen large swings both up and down over the last five years. Our technicians keep track of current construction cost data through the Florida Department of Transportation (FDOT) databases and reviewing our current projects that are being bid. Based on recent projects bids, we have seen a rise in costs and adjust unit costs in our OPCs accordingly. We look at trends in unit pricing so we can help our clients project costs of future capital projects. Quality Assurance/Quality Control(QA/QC) Quality is a keystone principle of Kimley-Horn. It is one of the key attributes that has enabled us to become one of the leading consulting firms in the country and it is absolutely essential to our continuing success. Our QA/QC manager, Joshua Horning, P.E., LEED AP, will ensure our services provided for you meet our high standards of quality. Kimley-Horn's QA/QC program is based on the philosophy that: Quality Is • Quality is achieved by adequate planning, coordination, training, supervision, and technical direction; proper definition of by intentional planning,coordination;understanding the the job requirements and procedures; ACHIEVED scope of services;and the use of appropriately skilled J personnel performing work functions carefully. understanding the scope of services; and the use of appropriately skilled personnel performing work functions carefully. through the careful checking and reviewing of work • Quality is ensured through the careful ASSURED activities by trained individuals who are not directly checking, reviewing, and surveying of work responsible for performing the initial efforts. activities by individuals who are not directly - responsible for performing the initial efforts. by starting early and throughout;verifying we have • Quality is controlled by assigning CONTROLLED ) �� the right approach,correct technical direction, a manager to evaluate all work and J and the right staff. procedures followed while providing the services. • Quality is verified through independent reviews by a qualified staff member of the processes, procedures, documentation, supervision, technical direction, and staffing associated with the project development. Project quality is "built in," not added on. • Quality work is the direct result of careful, properly sequenced, and supervised production, and continuous checking of each work element for completion and correctness by the task leader and project manager. Kimley-Horn's approach to managing projects is intended to ensure that your project not only meets the high- quality standards that you demand, but that it is also delivered on time and within budget. Our projects are managed by professionals registered in their respective disciplines of practice such as utility engineering, traffic operations, civil engineering, roadway design, etc. Quality begins with the solid foundation of skills and experience that these professionals possess. Our staff have been firmly committed to providing top quality services since the firm began 50 years ago, and ultimately our people will be responsible for exceeding your expectations for quality. Project Execution We know that responsiveness to your needs is vitally important. Our local Coral Gables office(supported by our other Florida offices) is geared to providing the types of services required to assist our local clients with projects of varying scale and scope. Accordingly, we structured our firm as a business-based professional engineering practice. Kimley-Horn's philosophy of providing professional engineering services is based on client service and technical expertise. This philosophy is especially applicable for projects that encompass a broad variety of disciplines and experience, yet require a common point of contact. Accordingly, we provide all our clients with teams of client-centered professionals and IWPN36014.19w_Miami_Beach_undergrounding.indd Page4-1 1 Ki m l ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND staff members who are empowered with the flexibility needed to respond quickly to both administrative requirements and scheduling needs. Much of our success is directly related to our ability to provide high quality, timely services. When Kimley-Horn creates a consultant team for a project, the client's best interests are always the primary focus of our efforts. This means you have the assurance of knowing that all of the project tasks and activities are under the management and quality control of a dedicated local project manager, Barton Fye, P.E., who has the authority to allocate staff resources as necessary and whenever required. This level of personal responsibility leads to better decisions, better information, cost reductions, increased productivity, and quicker, more accurate product development and delivery. Moreover, there is continuity and camaraderie among our key staff. Design Phase It has been our experience that no matter the size or complexity of any given task, careful consideration of all project issues, details, and goals of the City at the onset of the detailed design phase is CONSTRUCTION PLANS FOR TOWNWIDE OVERHEAD UTILITY UNDERGROUNDING essential to the successful execution of the project that exceeds PHASE 1-NORTH the City's expectations. To that end, Kimley-Horn will begin with a TOWN OF PALM BEACH,FLORIDA DECEMBER 2016 comprehensive team effort to work with the City and the various stakeholders during the design phase for each project. r' ;"41 We have assembled a team of proven professionals to ensure that the r"s � design schedule can be met as agreed upon early in the project. Based13 ' : on our experience, no other consultant team has more extensive U— undergrounding knowledge and experience than Kimley-Horn. With rte. , . MI MI this knowledge, maximizing efficiencies in design and construction will be be second nature and built into the project from day one. Kimley-Horn will coordinate and conduct project surveys, geotechnical investigations, and utility soft digs as required to gather vital information to be used during this phase of the project. Because much of the construction is below ground, this investigative information will be extremely valuable to obtain before detailed design begins and construction drawings are prepared. Determining the exact location for the conduits within the corridor, based on careful consideration of the record drawings and utility soft digs, can simplify the design and avoid costly change orders during construction. Our same team of engineers will be involved in every step of the design and construction phases from beginning to end. This allows City staff and other stakeholders to communicate their desires early in the design process and maintain a consistent point of communication throughout the project life, which eliminates surprises during final design and construction. Kimley-Horn is well versed in performing all types of utility infrastructure projects, through varying soil conditions (i.e. muck, rock, high water table, etc.) and various construction techniques. Kimley-Horn has the capacity to develop construction plans for the underground conversion of utilities in conjunction with any necessary City infrastructure needs that were identified early on. We understand the need to be flexible throughout the design phase will be critical to the success of the project. Our final designs will be based on information gathered during data collection and utility coordination, but we will be open to change when the situation demands that change occur. Data Collection During the initial stage of the project, we will focus efforts on collecting existing infrastructure information from FPL, AT&T, Atlantic Broadband, and others as appropriate so we can gain a detailed understanding of the electric, telephone, and cable communications transmission and distribution system on a macro scale. This information will guide the major decisions on where feeders and trunk lines should be laid, as well as helping to identify opportunities to achieve efficiencies in routing. IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page 4-1 2 1(11111ey>>>H orn DocuSign Envelope ID: 1CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B E AC H I Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Utility Owner Coordination We will conduct coordination meetings with FPL, AT&T, Atlantic Broadband, other utility providers, and the City to efficiently exchange information and work through any issues. Face to face meetings will also facilitate the conceptual design of the overall electrical, telephone, and cable systems that will need to be developed. Coordination meetings like this with key stakeholders have been a key to success on many past undergrounding projects. Additional stakeholders who will be included in this coordination process in addition to those listed above are as follows: • City of Miami Beach Public Works(Water and Sewer)-Required for any water and sewer utility improvements and/ or adjustments necessary to facilitate the installation of the dry utility conduit. • Miami-Dade County Traffic Engineering Division-For coordination of traffic signal improvements and/or upgrades along with existing signal interconnect mapping. • Miami-Dade County Highway Construction and Engineering Division-For coordination of anticipated improvements for a proposed undergrounding corridor within County right-of-way and existing utility mapping. • Florida Department of Transportation-For coordination of anticipated improvements for a proposed undergrounding corridor within State right-of-way and existing utility mapping. • Florida Gas Transmission/TECO Peoples Gas-For coordination of existing and/or anticipated natural gas facilities within a proposed undergrounding corridor. During the detailed design process, we will continue holding regular coordination meetings with FPL, AT&T, Atlantic Broadband, other utility providers, and the City to efficiently exchange information and work through any issues related to the area in design. We will work with utility owners to provide their binding cost estimates for the work to be performed in the area :,> being designed.The details of the"end-conditions"will be worked • out where the underground service transitions to overhead service 1 , 1'4 until the time the next project or phase begins construction. _- Regular coordination meetings with other key stakeholders will be ' held as appropriate depending on how that individual stakeholder is affected by the work in the specific project area being designed. Easement Need Identification and Acquisition The easement acquisition process will occur parallel with the design efforts. Development of an early conceptual design plan facilitates the schematic placement of aboveground support infrastructure such as transformers, switch cabinets, capacitors, cable and telephone terminals, and the like. This allows easement locations to be identified earlier in the project life cycle, allowing the City and Kimley-Horn an adequate amount of time to procure these easements prior to construction. Kimley-Horn's experienced internal staff supported by our subconsultants will assist the City with these acquisitions. In the event that a property owner will not provide the easement, alternate locations can be identified and easements ultimately procured prior to the performance of the detailed design for that area.The team will continue working on easement acquisition throughout the project duration and will continue until all the necessary easements have been obtained to accomplish the project. Additionally, early easement location identification allows us to plan for the design of aesthetic treatments to screen this infrastructure from the public view and gain any necessary approvals from the City Commission. Kimley-Horn has extensive experience working with these governing bodies for both Public and Private Client projects. Assessment of Infrastructure Needs Through the development of the overall power, telephone, and cable infrastructure plan, Kimley-Horn will work in partnership with staff to identify public infrastructure needs that are outside of the overall overhead to underground conversion scope. The City has the ability to realize considerable cost savings by performing necessary public infrastructure improvements like water, sanitary sewer, drainage, lighting, and roadway work in conjunction with the undergrounding improvements. IWPN36014.19w_Miami_Beach_Undergrounding.indd Page4-13 KIm ley>>>H orn DocuSign Envelope ID:1CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI B EACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND These savings are generally related to the cost of mobilization and restoration as they would be shared between the undergrounding and the infrastructure improvement projects. This is a win-win situation for both the City and their taxpayers. Kimley-Horn will develop an infrastructure plan that marries the underground conversion elements with critical infrastructure needs. This allows the City to realize the maximum benefit of having these needs identified early and planned out to occur during the conversion project all while not compromising the schedule of the conversion project. Maintenance of Traffic (MOT) Strategy We will develop an MOT strategy that is tailored specifically to each individual project. This plan will be developed in collaboration with the local stakeholders and compared to other concurrent projects and events in an effort to minimize impacts to the community. We will discuss, receive input, and communicate this plan through the various public outreach mechanisms in place for the project, including the website, press releases, and scheduled public meetings. The plan will discuss items important to the City such as: • Coordination with the Police and Fire Departments • Consideration of impacts to emergency response times • Trash collection (both yard waste and solid waste) • Interaction with other concurrent construction projects in the CityliII lit • Mail and package delivery • Preferred detour routes • Parking Impacts • Identify the maximum limits of disturbed right of way at r OPIP.. any given time during the project Ultimately, the MOT strategy will provide clear direction to the • • contractor on how traffic flow should be implemented throughout • . - the project. The details of how many cones and barricades to , use will still be left to the contractor but we will dictate the major elements and specific detour routes when needed based on community input, stakeholder coordination, and the infrastructure needs for each project. Permitting And Approvals Portions of the work will need to be permitted through several regulatory agencies. Kimley-Horn understands the potential impacts that permitting issues can have on a project and how to develop a plan to avoid such impacts. In addition to minimizing confusion with clear and concise permit documents, our staff is well versed in agency procedures and their expectations, enabling us to avoid delays and the revisions of submittals. Our team works closely with a variety of regulatory agencies on public infrastructure projects, including those containing significant underground work. We have assembled a team of professionals who have a history of success in obtaining all types of permits required for underground infrastructure work. The following is a list of permits depending on the type of work being proposed: ! City of Miami Beach Public Works - Required for reconstruction of existing or proposed improvements within City rights-of-way. Additionally, stormwater improvements and/or adjustments would be approved through this department. • City of Miami Beach Building Permit- Building permits may be required for the conversion of non-residential services. Additionally, residential building permits may be needed if there are code issues with the current service connection. • City of Miami Beach MOT Permit-Any work performed in the City's right of way will require that a MOT Permit be issued through the Public Works Department. This permit is obtained by the contractor constructing the project. IWPN36014.19w_Miami_Beach_Undergrounding.indd Page4-14 Ki m l ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 M I AM I B E AC H Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND • Miami-Dade County Traffic Engineering Approval- Required for any traffic signal related improvements within the City as well as MOT within County rights-of-way. • Miami-Dade County Highway Construction and Engineering Division- Required for reconstruction of existing or proposed improvements within County rights-of-way. Additionally, stormwater improvements and/or adjustments would be approved through this department. • City of Miami Beach Public Works (Water and Sewer) -Required for any water and sewer MIAMIBEACH utility improvements and/or adjustments necessary to facilitate the installation of the dry utility conduit. • Miami-Dade County/SFWMD Dewatering Permits-This permit is obtained by the MIAMI DE contractor constructing the project. COUNTY • Florida Department of Transportation Approval - Required for reconstruction of existing and installation of dry utility conduit within State rights-of-way including MOT. FDO' • FDEP CCCL Permit- Required for any significant improvements seaward of the Coastal Construction Control Line, such as street lights to replace the street lighting currently installed on the FPL poles. Contractor Procurement No matter the delivery method that is chosen for a particular project, Kimley-Horn understands the importance of being responsive during the contractor procurement process. Answering contractor questions and issuing clarifications or addenda in a timely manner during the procurement phase will allow us to deliver a successful construction project on time and within budget, thus avoiding navigating through a project riddled with disputes. We understand that the selection of the delivery method for the construction of an undergrounding project is one of the items in which the City may seek advice from the Design Consultant. Our opinion is that a "one size fits all" approach may not be the best way to execute each individual project over the life of the contract. Kimley-Horn has worked with municipalities to deliver projects under multiple procurement methods, including traditional design-bid-build, the procurement of quotes from pre-qualified contractors, and the Construction Manager at Risk (CMAR) method. Kimley- Horn has also worked with other municipalities to develop Design-Build Criteria packages for the construction of major facilities. We propose that during the initial planning phase of the project, we look at the individual areas in concert with the additional infrastructure needs that may be required by the City that are outside of the undergrounding scope and recommend a project delivery method that is appropriate for the particular area being constructed. We are prepared to assist the City in administering the procurement process, including answering bidder questions, reviewing the contractor proposals, and providing the City with a bid or GMP analysis on each of the project areas as they are let for construction. We can then assist in assembling the construction contract, making presentations to Commission and any other related post award services. On numerous occasions, we have assisted our municipal clients with providing specifications for long lead items in advance of design completion so that they can take advantage of not only the time savings, which is critical to maintaining the construction schedule, but also the tax savings in the direct purchase of equipment. We are ready and able to assist the City with the procurement of these items if it is determined to benefit the project budget or schedule. Construction Phase During the construction phase, you can be assured that you will -'" y continue to be served by the same Kimley-Horn professional staff who served you during the design phase. Unlike other firms that separate the construction phase team from the design team, our • _ philosophy is to maintain the continuity of the design staff during ".cy - construction. Because these individuals are the most familiar with the design of your project, there is no learning curve during its construction. Kimley-Horn's professional staff has extensive experience in construction administration and will keep the IWPN36014.19w_Miami_Beach_Undergrounding.indd Page4-1 5 Ki m I ey>>>H o r n DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-C0112F6E4838 MIAMI BEACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND contractor on task, on time, and within budget. Our experience will result in the delivery of a quality project that will make the City and Kimley-Horn proud. Once the contractor is selected, we will immediately request that they submit their time and payment schedules for review. We will identify schedule conflicts, sequence issues, equipment delivery issues, and other factors that may affect the successful completion of the project and address those issues accordingly with the contractor prior to the start of work. Document control will be established from the onset of the project. It is extremely important for project documentation to be properly filed and :�' . ,�:i`` - r,,"' * distributed to all necessary parties, so having an established program ,� i , • '. for this effort willprove to be veryvaluable to the project. We use a P 1 '�' � Wi_ +�- .; ��,_' 41 • web based program called ShareFile to store project documentation. This program allows authorized users with the City to have continuous access to all project files during the course of the project. Individual ,: . user permissions can be managed to protect the integrity of the files . and avoid accidental file mismanagement. >w We expect construction will consist of the following approach for each project area. There are a lot of details to be tended to in between these steps but this is the general process: 1. The City's contractor will install the necessary underground conduits, puliboxes, and other necessary infrastructure. FPL will provide the City's contractor with materials for installation while the City's contractor will provide AT&T, Atlantic Broadband, and any additional communications utilities conduit and pullbox materials according to their specifications. 2. AT&T, Atlantic Broadband, and any additional communications utilities will review and approve the installed materials prior to installation of fiber, telephone and cable infrastructure. The City's contractor would ideally install all of the electrical infrastructure while communication cable and equipment will be installed by crews internal to each utility. The majority of the site restoration can then occur which includes repair of both public rights of ways and private property areas impacted by the conduit installation. 3. Once the infrastructure listed above is complete, project as-builts will be provided to FPL for review and approval. After as-built approval, the electrical system will be energized and made ready for service cutovers to commence. 4. Once ready for connection, individual electrical services will be swapped from the overhead to underground system by the City's contractor. Communication systems will also be energized with the communication services being swapped by the respective utility owners. 5. Once all services have been swapped, the existing overhead facilities can then be removed and final restoration and landscaping can be performed. We will work very hard to make sure your interests are kept first and foremost while performing our observations in the field. Because our engineers and field representatives are so well versed in the design, operations, and maintenance of Municipal infrastructure and facilities, we are able to quickly determine how field changes can affect the overall project schedule and/or future operations. This allows us to make any quick corrections to avoid a project heading down the wrong path and has contributed to the success of recent construction projects. As each phase of the project nears substantial completion, we will develop the punchlist for the contractor to complete. We will follow up on the punchlist items to be addressed until they are completed. We will work with the contractor to assemble the operations and maintenance manuals, record drawings, warranties, and other pertinent closeout information relevant to the project. Once any project has been completed, the project files, both electronic and hard copy forms, will be assembled for delivery to the City. • IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page4-16 Ki m I ey>>>Horn DocuSign Envelope ID: 1 CBB365B-CEBC-4783-BE47-CO112F6E4838 MIAMIBEACH Facilitation, Coordination, and Technical Assistance Services for the Undergrounding of Utilities RFQ No.2020-008-ND Summary As your design consultant for this Contract, Kimley-Horn will provide you with: • Consultant staff and team members who are detail-oriented, locally based, and will draw on their extensive undergrounding and infrastructure experience to make the best decisions for City residents and staff. • A Project manager who is passionate about service to his clients and has undergrounding experience in neighboring municipalities. • Consultant staff and team members with vast experience and a proven track record in the design and construction of some of the largest, most complicated, and most significant infrastructure projects and facilities in South Florida. • A multidisciplinary firm with the strength, depth and resources that only a national firm can provide coupled with the local staff and relationships required to effectively and efficiently work within the City. • A Consultant Team who understands that they represent the City of Miami Beach and must keep your best interests in mind at all times. • A Consultant Team with the passion, desire, experience, and creativity to develop innovative, time- and cost-saving ideas to meet your needs for this contract. Kimley-Horn looks forward to working with the City of Miami Beach and its residents on these exciting and transformative projetcts! 4th St- Michigan AveI 010P' • • : z t •I ria Before •5 • • After IWPN3601 4.1 9w_Miami_Beach_Undergrounding.indd Page4-17 Ki m l ey>*H o r n