Loading...
Agreement with CB&I Environmental & Infrastructure, Inc. AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CB&I ENVIRONMENTAL& INFRASTRUCTURE, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO.2014-346-YG DISCIPLINE: ENVIRONMENTAL ENGINEERING RESOLUTION NO. 2015-29068 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES - 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 a 2 SCHEDULES: SCHEDULE A 29 SCHEDULE B 30 SCHEDULE C 32 ATTACHMENTS: ATTACHMENT A 33 ATTACHMENT B 34 ATTACHMENT C 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CB&I ENVIRONMENTAL & INFRASTRUCTURE, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this 14 day of January , 2016 , (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 CB&I Environmental & Infrastructure, Inc., a Louisiana corporation having its principal office at 2481 NW Boca Raton Blvd., Boca Raton, Florida, 33431 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, 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 July 8, 2015, the City Commission approved Resolution No. 2015- 29068, respectively, authorizing the City to enter into negotiations with CB&I Environmental & Infrastructure, 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; and 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, 4 • 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. 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 Y tY 9 9 9 J � P any specific matter(s) concerning the Services and/or this Agreement (exclusive of those 9 9 ( authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION UC ON 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 5 excuse Consultant's obligations to ensure the Construction Documents are constructible, in 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 a 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 Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant(in substantial form as in Schedule A attached hereto),that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project 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 (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 by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), 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 thereto), the Invitation to Bid (ITB), 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 6 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. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather(except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five 7 (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved • modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. 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— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. 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 Schedule "A" hereto. 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. 8 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. 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, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. 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 q ualified, 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 Schedule "A" hereto). 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, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service j1 Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 9 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 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, and shall be in effect for three (3)years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager(Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project(as set forth in the particular Consultant Service Order). 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 Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, 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. 10 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 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, and under a Consultant Service Order, 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 and under the Consultant Service Order (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 consulting 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 negligent acts or errors or omissions in the performance of the Services. 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 deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i)for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, 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 11 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. 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 fully executed Consultant Service Order, 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 the Consultant Service Order, 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 a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, 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 12 1 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 the Consultant Service Order(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. 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 13 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. 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 14 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, 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 1 tY rP consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, 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 The City Manager may approve Contract Amendments which do not exceed the 15 sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 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. 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. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statcment of Proboblc Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent(+/-15%)of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any ;J proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. • 16 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent(+/-5%)of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent(5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety(90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot(and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s)prepared (or otherwise provided)by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents)within the time period specified by the Project Administrator(which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any 17 resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. 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 to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" 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 the Consultant Service Order (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 18 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. 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. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. 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 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 handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. 4 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). 19 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. 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 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 in the Consultant Service Order hereto. 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 shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases 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, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to 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 Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; 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 20 Reimbursable Expenses(by category). 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, as required in the Consultant Service Order within thirty(30)days of completion of the Services (or within thirty(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. 21 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 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 22 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 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (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 $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. 23 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 and shall investigate and defend 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 applicable Assistant City Manager. 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 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. 24 1 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"not to exceed"amount of the fee paid to Consultant under this Agreement, less any amount(s)actually paid to 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 Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the 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 "not to exceed amount" of Consultant's fees 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: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: CB&I Environmental & Infrastructure, Inc. 2481 NW Boca Raton Blvd. Boca Raton, Florida 33431 Tele: (561) 391-8102 Fax: (561)391-9116 Email: Gordon.thomson @cbi.com Attn: Gordon Thomson All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. • 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 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. 16.2 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. 16.3 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 16.4 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. 16.5 LAWS AND REGULATIONS: 16.5.1 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. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of 26 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. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, 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. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 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. 16.6 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. 16.7 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. 16.8 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. 27 16.9 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. 16.10 INTENT OF AGREEMENT: 16.10.1 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. 16.10.2 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. 16.10.3 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. 16.11 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. 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 r:; •ective witnesses and City Clerk on the day and year first hereinabove written. f)/ Attest - CITY OF MIAMI B ' r / �� � %.1 ! ,� ��1. , �, Y CL`-'?' ... ..1�pq-r�`OR Attest toe"'. 4&I1:nvi • -ntal & Infrastructure, Inc.: -sr '� ',RATES' ��'• Si,'ature/Secre t.ry • Simlare„,I 5' / t Vice President 4,8:e -.rrell .r' Name Print Name �.�t�c•.... ••rO.� �p ' APPROVED AS TO g111� H Z FORM&LANGUAGE �� 11°44'. - __ . &FOR EXECUTION - - City Attorney AA e Date • SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CB&I ENVIRONMENTAL&INFRASTRUCTURE, INC. = CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: . PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ 2014-146-YG) 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/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date • Consultant. Date Project Administrator-Director Date 29 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* ; $X0000000( Design Services* $30000000( Bidding and Award Services $XXXXXXXX Construction Administration** $X)O)WWC Reimbursable Allowance*** $X)UWUU(X Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a ., monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month,for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 30 HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) • 31 SCHEDULE C APPROVED SUBCONSULTANTS SUBCONSULTA■T: • No preapproved sub-consultants submitted with proposal.: • 32 • • • •` • ATTACHMENT A ' _ • — '-_,.RESOLUTION COMMISSION-ITEM;;AND COMMISSION'MEMORANDUM' :,..--' ' . r a 33 RESOLUTION NO. 2015-29068 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF PLANNING AND URBAN DESIGN ARCHITECTURE, ENVIRONMENTAL ENGINEERING, INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE, AND STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC., - ZYSCOVICH, INC., AND THE CORRADINO GROUP, INC., FOR THE DISCIPLINE OF PLANNING AND URBAN DESIGN ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., URS CORPORATION, E-SCIENCES, INC., CB&I ENVIRONMENTAL & INFRASTRUCTURE, INC.; AND KIMLEY-HORN AND ASSOCIATES, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EDWARD LEWIS ARCHITECTS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH DOUGLAS WOOD ASSOCIATES, INC., STANLEY CONSULTANTS, INC., THORNTON TOMASETTI, INC., BRINDLEY PIETERS & ASSOCIATES, INC., AND BCC ENGINEERING, FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; FURTHER, SHOULD THE ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF RANK IN EACH CATEGORY; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2014-346-YG (the RFQ) was issued on September 18, 2014, with an opening date of December 2, 2014; and WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on October 13, 2014; and WHEREAS, the City received proposals from a total of fifty-one (51)firms; and WHEREAS, because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration will evaluate and make recommendations for award by category group; and WHEREAS, on June 10, 2015, via Resolution 2015-29041, the Mayor and City Commission accepted the City Manager's recommendation pertaining to the ranking of proposals for the following disciplines/groups: Group 1 - Landscape Architecture; Group 2 - General Architecture, Town Planning Architecture and Historical Preservation Architecture; Group 3 - Civil Engineering and Land Surveying; and Group 4: Mechanical, Electrical, and Plumbing Engineering; and WHEREAS, this resolution only addresses an award recommendation for the following remaining disciplines/groups: Group 1 - Planning and Urban Design Architecture and Environmental Engineering; Group 2: Interior Design and Space Planning Architecture; and Group 4: Structural Engineering; and WHEREAS, on February 5, 2015, the City Manager via Letter to Commission (LTC) No. 054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation committee members for each category group; and WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, and 4 consisted of the following individuals: GROUP 1 —PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach; and GROUP 2—INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and GROUP 4—STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach WHEREAS, the Committees convened to consider the proposals, as follows: the Committee for Group 1 convened on February 26, 2015; the Committee for Group 2 convened on March 19, 2015; and the Committee for Group 4 convened on April 8, 2015; and WHEREAS, the Committees were 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, references, and a copy of each proposal; and WHEREAS, the Committees were instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of Group 1 - Planning and Urban Design Architecture was as follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, Inc., second highest ranked; Bermello, Ajamil & Partners, Inc., third highest ranked, Zyscovich, Inc., fourth highest ranked; The Corradino Group, Inc., fifth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Group 1- Environmental Engineering was as follows: Keith and Schnars, P.A., top ranked; URS Corporation, second highest ranked; E-Sciences, Inc., third highest ranked, CB&I Environmental & Infrastructure, Inc., fourth highest ranked; Kimley-Horn and Associates, Inc., fifth highest ranked; GFA International, Inc., and Stantec Consulting Services, Inc., are tied as the sixth highest ranked; Cummins Cederberg, Inc., eighth highest ranked, and WHEREAS, the Committee's ranking for the discipline of Group 2 - Interior Design and Space Planning Architecture was as follows: Bermello, Ajamil & Partners, Inc., top ranked; Edward Lewis Architects, Inc., second highest ranked; and WHEREAS, the Committee's ranking for the discipline of Group 4 - Structural Engineering was as follows: Douglas Wood Associates, Inc., top ranked; Stanley Consultants, Inc., second highest ranked; Thornton Tomasetti, Inc., third highest ranked; Brindley Pieters & Associates, Inc., fourth highest ranked; BCC Engineering, Inc., fifth highest ranked; CES Consultants, Inc., sixth highest ranked, and HAKS Engineers Architects and Land Surveyors, P.C., as the seventh highest ranked; and WHEREAS, the City Manager has considered the proposals received, the results of the evaluation committee process and Section 2-369 of the City Code, which states that in the award of contracts the following, shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract; and WHEREAS, after careful review of the above, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering. Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, Inc., for the discipline of Structural Engineering. 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 pertaining to the ranking of proposals pursuant to Request For Qualifications (RFQ) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis, for the disciplines of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering; authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture; authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering; authorizing the Administration to enter into negotiations with Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture; authorizing the Administration to enter into negotiations with Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, for the discipline of Structural Engineering; further, should the Administration be unable to negotiate an agreement with any of the recommended firms, the Administration is authorized to negotiate with other ranked firms in order of rank in each category; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this I day of J4 2015. ATTEST: �l L / e / R-fael . Granado Cit 1 B�h"ii, flip -vine>►gay►r • / T:IAGENDA120151July1PR000RE rif 014' r * • signal Antsitectural and Engineering Services-Reso(Plan,Urban Design,Env Eng,Int Design,Structural Eng).dol INCORP ORATED $0' !!^^ . APPROVED AS TO FORM&LANGUAGE • &FOR EXECUTION City Attorney Date COMMISSION ITEM SUMMARY Condensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF PLANNING AND URBAN DESIGN ARCHITECTURE, ENVIRONMENTAL ENGINEERING, INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE, AND STRUCTURAL ENGINEERING. Key Intended Outcome Supported: Streamline The Delivery Of Services Through All Departments Supporting Data (Surveys, Environmental Scan, etc: N/A Item Summary/Recommendation: The Administration issued RFQ 2014-346-YG to seek the proposals from consultants to provide Architectural and Engineering Services in Specialized Categories On An As-Needed-Basis, for projects in which construction costs do not exceed $2 Million or for study activities for which the fee does not exceed $200,000. The RFQ was approved for issuance by the City Commission on September 17, 2014. The RFQ was released on September 18, 2014. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An P P P 9 P additional pre-proposal conference was also held on October 13, 2014. On December 2, 2014, the City received proposals from fifty-one (51)firms. Via Resolution 2015-29041 passed and adopted June 10, 2015, the Mayor and City Commission accepted the City Manager's recommendation pertaining to the ranking of proposals for the disciplines of Landscape Architecture, General Architecture, Town Planning Architecture, Historical Preservation Architecture, Civil Engineering, Land Surveying, and Mechanical, Electrical, and Plumbing Engineering. This agenda item addresses an award recommendation for the following remaining disciplines: Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering. After reviewing the submission, the Evaluation Committee's rankings of proposals received and the City Code, the City Manager recommends that the Mayor and the City Commission, pursuant to RFQ No. 2014-346-YG, for Architectural and Engineering Services in Specialized Categories On An-Needed-Basis, authorize the Administration to enter into negotiations with the Proposers recommended for each discipline as noted beginning on page 5 of the attached memorandum. In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. Further, the City Manager recommends the Mayor and City Clerk be authorized to execute an Agreement upon conclusion of successful negotiations by the Administration. RECOMMENDATION Adopt the Resolution. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account • Funds: 1 The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. OBPI City Clerk's Office Legislative Tracking: Alex Denis, Extension 6641 Sign-Offs: D 'ailment Director Assistant City Manager City ; er Al EC fe. DM -' MT JL • T:IAGEN' O151July1PROCUREMENT12014- 46-YG RFQ-Professional Architectural and Engineering Services-Sum a (Plan, Urban Design, Env Eng, t Design,Structural Eng).docx MIAMIBEACH AGENDA ITEM C 7Z DATE 7-8'is- BEACH MIAMI City of Miarni Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139, .miamibeachfl.gov C MMISSIO :/MEMORANDUM TO: Mayor Philip Levine and Members of he City Comm r sion FROM: Jimmy L. Morales, City Manager ----- DATE: July 8, 2015 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF PLANNING AND URBAN DESIGN ARCHITECTURE, ENVIRONMENTAL ENGINEERING, INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE, AND STRUCTURAL ENGINEERING. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Streamline The Delivery Of Services Through All Departments BACKGROUND Since June 9, 2010, the City has had contracts pursuant to Request for Qualifications (RFQ) 01-09/10 with various firms for professional architectural and engineering services in specialized categories on an "as-needed-basis". This contract provides access to architecture and engineering (A & E) firms in accordance with the requirements of the State of Florida, Consultant's Competitive Negotiation Act (CCNA). At its September 11, 2013 meeting, the Mayor and City Commission approved the recommendation of the Administration to exercise the last option for renewal of one (1) year, which extended the contract until September 29, 2014. Resolution 2014-28743, passed and adopted September 17, 2014, authorized the issuance of a new RFQ for professional architectural and engineering services in specialized categories on an "as-needed-basis". This resolution further authorized the Mayor and City Clerk to execute Amendment No. 1 to the Contracts executed pursuant to RFQ 01-09/10 to authorize month-to- month extensions until such time as a new RFQ process was completed and new contracts were executed. RFQ PROCESS On September 17, 2014, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis". On September 18, 2014, the RFQ was issued. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An additional pre-proposal conference was also held on October 13, 2014. RFQ responses were due and received on December 2, 2014. • Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ)No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 2 The City received proposals in response to the RFQ from the following fifty-one (51)firms: AECOM Technical Services Marlin Engineering Bermello Ajamil & Partners, Inc. McHarry Associates BCC Engineering, Inc. Miller Legg BEA Architects MSA (Milian, Swain &Associates, Inc.) Bender&Associates Architects Pure Engineering Services Biscayne Engineering Company, Inc. R.J. Behar& Company, Inc. Brindley Pieters &Associates RAI CB&I Environmenatal & infrastructure Reines & Straz CES Consultants, Inc. RGD Chen Moore and Associates RJ Heisenbottle CIMA Robayna and Associates Coastal Systems International, Inc. Ross Engineering CPH, Inc. SBLM Architecs Craven Thompson and Associates Schwebke - Shiskin &Associates, Inc. Cummins Cederberg, Inc. Stanley Consultants Douglas Wood Stantec EAC Consulting, Inc. The Corradino Group ELA Architects Thorton Tomasetti E-Sciences TLC Engineering GFA International, Inc. Triangle Surveying Map Glavovic Studio URS Corporation HAKS Wade Trim Keith and Schnars, P.A. William B Medellin Architect P.A. Kimley Horn Wolfberg Alvarez and Partners Kobi Karp Zyscovich Architects Lockwood, Andrews & Newman, Inc. On June 10, 2015, via Resolution 2015-29041, the Mayor and City Commission accepted the City Manager's recommendation pertaining to the ranking of proposals for the following disciplines/groups: Group 1 - Landscape Architecture; Group 2 - General Architecture, Town Planning Architecture and Historical Preservation Architecture; Group 3 - Civil Engineering and Land Surveying; and Group 4: Mechanical, Electrical, and Plumbing Engineering. This agenda item only addresses an award recommendation for the following remaining disciplines/groups: Group 1 - Planning and Urban Design Architecture and Environmental Engineering; Group 2: Interior Design and Space Planning Architecture; and Group 4: Structural Engineering. On February 5, 2015, the City Manager appointed the Evaluation Committee via LTC # 054- 2015, which included evaluation committee members for each category group. The Evaluation Committee (the "Committee")for these groups consisted of the following individuals: GROUP 1 — PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ)No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 3 GROUP 2—INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach GROUP 4—STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach For Group 1 — Planning and Urban Design Architecture, the Committee convened on February 26, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014-346-YG Professional . Architectural and Engineering Services : (PLANNING&URBAN LOW DESIGN) Margarita Rogelio Humberto AGGREGATE Wells Ranking Madan Ranking Cabanas Ranking TOTALS Rank KEITH AND SCHNARS, P.A 96 1 95 1 93 1 3 1 AECOM TECHNICAL SERVICES,INC. 82 2 88 2 87 3 7 2 BERMELLO,AJAMIL& PARTNERS,INC. 79 5 78 3 88 2 10 3 ZYSCOVICH,INC. 80 4 78 3 85 4 11 4 THE CORRADINO GROUP,INC. 82 2 75 5 81 5 12 5 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ) No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 4 For Group 1 — Environmental Engineering, the Committee convened on February 26, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014-346-Y G Professional • Architectural and Engineering Services LOW (ENVIRONMENTAL Margarita Rogelio Humberto AGGREGATE . ENGINEERING).. Wells Ranking Madan Ranking Cabanas Ranking • TOTALS Rank KEITH AND SCHNARS, P.A. 96 1 99 2 94 1 4 1 URS CORPORATION 93 2 100 1 88 4 7 2 E-SCIENCES,INC. 89 4 80 4 89 2 10 3 CB&I ENVIRONMENTAL& INFRASTRUCTURE,INC. 92 3 88 3 87 5 11 4 KIMLEY-HORN AND ASSOCIATES,INC. 83 5 79 6 89 2 13 5 GFA INTERNATIONAL, INC. 82 ' 6 80 4 76 8 18 6 STANTEC CONSULTING SERVICES,INC. 82 6 79 6 83 6 18 6 CUMMINS CEDERBERG, INC. 61 8 57 8 80 7 23 8 For Group 2 — Interior Design and Space Planning, the Committee convened on March 19, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014-346-YG Professional . Architectural and Engineering Services LOW (INTERIOR DESIGN 8 . Deborah Rogelio Valeria AGGREGATE SPACE PLANNING) Tackett Ranking Madan Ranking Mejia Ranking TOTALS Rank BERMELLO AJAMIL& PARTNERS,INC. 92 1 92 1 88 1 3 1 EDWARD LEWIS ARCHITECTS,INC. 78 _ 2 73 _ 2 70 2 6 2 I Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 5 For Group 4—Structural Engineering, the Committee convened on April 8, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014-346-YG Professional Architectural and Engineering LOW Services Oniel Jose A. Sabrina AGGREGATE (STRUCTURAL ENGINEERING) Toledo Ranking Perez Ranking Baglieri Ranking TOTALS Rank DOUGLAS WOOD ASSOCIATES,INC. 100 1 94 1 94 4 6 1 STANLEY CONSULTANTS.INC. 100 1 91 3 96 2 6 1 THORNTON TOMASETTI,INC. 97 3 90 4 97 1 8 3 BRINDLEY PIETERS&ASSOCIATES, INC. 95 4 92 2 93 5 11 4 BCC ENGINEERING,INC. 90 5 89 5 95 3 13 5 CES CONSULTANTS.INC. 70 6 86 6 77 7 19 6 HAKS ENGINEERS,ARCHITECTS AND LAND SURVEYORS,P.C. 60 7 80 7 78 6 _ 20 7 Because of the large number of response for certain disciplines and the projected volume of work, staff is recommending that no more than five (5)firms be awarded in each category. MANAGER'S DUE DILIGENCE & RECOMMENDATION The City Manager has considered the proposals received, the results of the evaluation committee process and Section 2-369 of the City Code which states that in the award of contracts the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. After careful review of the above, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering. Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, Inc., for the discipline of Structural Engineering. Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ)No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 6 In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. The City Manager further recommends that the Mayor and City Clerk be authorized to execute an agreement upon conclusion of successful negotiations by the Administration. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Proposals (RFP) 2014-346-YG for Professional Architectural and Engineering Services in Specialized, on an as needed basis for the disciplines of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering. JLM/MT DM/ EC/AD/YG T:I AGENDA 120151July1PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Memo(Plan,Urban Design, Env Eng,Int Design,Structural Eng).docx r ATTACHMENT B REQUEST FOR QUALIFICATIONS(RFQ) 34. MIAMIBEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 8 . REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS"(the"RFQ") NOVEMBER 24, 2014 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. 1. RFQ DUE DATE AND TIME.As a reminder to all Proposers, the deadline for the receipt of proposals is UNTIL 3:00 P.M., ON TUESDAY, DECEMBER 2, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. ANSWERS TO ADDITIONAL QUESTIONS RECEIVED. Q1: Proposer dropped off two proposal packages on November 4, 2014. Proposer received Addendum 7 and read that the due date has been extended to December 2. Proposer would like to know if it is okay to leave the package in the Procurement office `til then. Proposer also wanted to know that since its packages were dropped off on November 4, 2014, if Proposer's signature on the addendums is not required for Addendums 4, 5 &6. Al: Proposers who have already submitted their Proposal package, prior to the release of Addendum No. 7, may leave their Proposal package in the Procurement Department. To acknowledge receipt of Addendums 4 through 8 (which includes this addendum), Proposers may submit a revised Page 4 from Appendix A in a sealed envelope to the Procurement Department. Or, Proposers may also wait for the Proposal evaluation period when the Procurement Department will request any missing documentation from the Proposer, which will include acknowledgement of published addendums. Q2: Some clarification is still needed on Question#71 in Addendum No. 7. If using a 330 form for TAB 2, Section 2.1 /2.2 — Do we need to re-arrange the order of the 330 form to reflect the order requested? The answer provided in Addendum No. 7 does not clarify the way it should be arranged. Can a clause page be included before these sections that states: "Sections 2.1 and 2.2 are covered in the following 330 form" instead of re-arranging the order of the standard 330 form? A2: The order of Standard Form 330 should not be re-arranged. As indicated in Tab 2, Page 12 of the RFQ, "Proposers may submit the below requested information utilizing the enclosed Standard Form 330 — Architect-Engineer Qualifications". In its response, Proposer may include a page indicating that the information requested in Sections 2.1 and 2.2 of Tab 2 is shown in Standard Form 330 and immediately following include the completed form. Proposer shall indicate which sections of Standard Form 330 correspond to Section 2.1 and 2.2 of Tab 2. Page 1 of 2 2 I Miami Beach ADDENDUM NO.8 RFQ 2014-346-SR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS° Q3: Would you consider re-formulating this RFQ from scratch and putting out a new deadline? This might serve both the City's and the potential proposers' interests best. A3: No, the City will not consider this option. 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. Procurement Contact Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 , YusbelGonzalez @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 RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a Pro•4_ 'PAI ' Denis rocurement Director M1AMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fox: 786-394-4002 ADDENDUM NO. 7 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" (the "RFQ") NOVEMBER 18, 2014 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. 1. RFQ DUE DATE AND TIME.The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, DECEMBER 2, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. DELETION. The following specialized areas of the RFQ have been deleted: "Geotechnical", under Group B—Engineering, from Section 0200, Sub-Section 2. Purpose. "Acoustics, Noise Abatement"from Appendix C, Sub-Section C2., Scope of Work. "Storage Tank Repair and Monitoring"from Appendix C, Sub-Section C2., Scope of Work. 3. ADDITION. The following clause has been added to Appendix D—Special Conditions: 13. 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. ANSWERS TO QUESTIONS RECEIVED FROM PROSPECTIVE PROPOSERS: Q1: TAB 2 reads that proposers may submit the information requested under that Tab utilizing the SF330. Then item 2.1 of said Tab asks for 5 projects performed by the firm in the last five years. The SF 330 instruction usually allows for users to provide 10 projects. Does this mean the City is asking for 10 projects, or is it limiting the projects to 5? Could you please clarify? Al: Per Page 12 of the RFQ, Tab 2, Item 2.1, the Proposing Firm is only required to "submit five (5) relevant projects, performed in the last five (5) years as evidence of experience;"It is up to the Proposer's discretion should they want to list more than five relevant projects. 1 Q2: Section Cl. Minimum Requirements under Appendix C, the first bullet states "Proposer must have a minimum of five (5) years' experience and successfully completed at least five (5) projects for public sector agencies." Please clarify the City's definition of "successfully completed". Is this completion of the design or substantially completed in construction? A2: Successfully completed refers to successful completion of the project in the design phase. Q3: Are complete AlE teams, including sub-consultants, required for this RFQ submission? Due to the fact that the specific projects to be awarded under all categories are unknown at this time, as well as the fact that this is a minimum three-year contract term,we strongly feel it would be in the City's best interest to allow prime firms to submit without sub- consultants in order to allow future flexibility in selecting the best possible sub-consultant team for each specific task order's scope. A3: In accordance with Page 13 of the RFQ, Tab 3—Approach and Methodology, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." After award of contract, the prime Proposer would be allowed to add sub-consultants for each specific task as necessary and approved by the City through the City Manager. Q4: Do Form Based Code services fall under the Town Planning or Planning and Urban Design category. A4: Form based code services are not being sought at this time. Should a need arise in the future, the City may consider all its options, including (but not limited to) selecting a consultant pursuant to this RFQ or releasing a separate solicitation. Q5: Please provide copies of all sign in sheets scanned and have them sent out as an addenda as soon as possible. A5: Sign-in sheets for both pre-proposal conferences are attached to this addendum. Q6: At the pre-proposal conference, several firms asking for a deadline extension, especially because there is still the lingering question about team and grouping within a category or in multiple categories. We certainly would like to be informed of a deadline extension, as it could possibly impact the decision of small firms to pursue this solicitation. A6: As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q7: If we submit for more than one category, are we going to have to prepare a proposal for each or can we submit together(one proposal for all applicable categories)? A7: Per RFQ Section 0300—Submittal Instructions and Format, sub-section 3: Proposals shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B — Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective 2 group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning, Q8: Can we use our SF-330 which has the colors of our firm but is the exact same form? A8: Yes, that is allowed as long as the structure and contents of the form has not changed. Q9: We provide GIS services but have no Survey Department, can we submit a proposal or will you create a separate category for GIS? A9: Per this RFQ, the GIS services are limited to Survey and collecting GIS features. The City anticipates creating a separate broader GiS RFQ in the future. Q10: Will the relevant experience still be completed projects or can ongoing projects be included (discrepancy between page 12 and Appendix C) A10: Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q11: To follow up on the discussion at yesterday's Pre-Bid meeting,we would like to know if we can submit for Multiple Categories in one package. For example: Civil and Environmental in Group B - Engineering. This would greatly reduce the work effort (not to mention excess paper!) for both the City and the consultants. If this is not possible, then we respectfully request that you consider a time extension to allow firms adequate time to prepare numerous submissions. All: Please refer to the answer written for Question#7 in this Addendum. Q12: Please indicate teaming restrictions, if any, on sub-consultants. Thank you. Al2: Per Page 13 of the RFQ, Tab 3, "it is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted.': As indicated above, Proposers must clearly indicate in their proposal which sections of the scope will be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted. Q13: Section 0300 3. Statements of Qualifications Format. Tab 1 - Item 1.3 Minimum Qualification Requirements (a), Requires LEED, ULI, AICP,APA Certifications for Planning, Urban and Historical Preservation Architects. Please clarify why Historic Preservation architects require such certifications. A13: Please note that, pursuant to Appendix C, section C1. Minimum Requirements, Planning, Urban, and Historical Preservation Architects certified by or members of LEED, ULI, AICP, APA is a preference and not a requirement. As such, firms that do not have architects certified by or members of LEED, ULI, AICP, APA will not be penalized. 3 Q14: Please clarify the ambiguity in the RFQ 2014-346-YG as to teaming: whether an architectural firm can submit as a lead firm with a roster of subconsultants who, together, cover specialties in both of the listed areas. i Also, please clarify whether subconsultants can, in their turn, us e specialty subconsultants to cover any gaps in their own team's expertise. A14: While proposers are not precluded from including sub-consultants as part of its team, per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." Q15: Regarding the RFQ for Professional Architectural and Engineering Services in Specialized Categories on an "As-Needed Basis", will there be an additional addendum published addressing the teaming clarification that was brought up during the first pre-proposal meeting? The second meeting is not until 10/13 and the RFQ packages are due on 10/23; this is a very small time-frame to gather a team if need be. A15: Please refer to the answer written for Question #3 and #14 in this addendum. As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q16: For submission for Environmental Engineering, the City states per the RFQ that it is searching for submissions in the following sub-categories: general environmental services, environmental & coastal permitting, and contamination assessment. According to your Environmental Department representative, the City prefers for a firm to do this in- house, correct? If we cannot do all these 3 services in-house, can we submit just to the 1 service that we are able to do in-house, or does the City prefer that we team with sub- consultants to be able to submit for all 3 services under Environmental Engineering? A16: In accordance with RFQ Page 13, Tab 3 —Approach and Methodology, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." In accordance with the above language, the City prefers that Proposers perform services in- house (with its own forces); however should they be unable to, Proposers must indicate which sections of the scope will be subcontracted. Q17: Under section C2. Scope of Work required, does Coastal Engineering and Coastal Surveys fall under the Civil Engineering discipline? A17: Yes, Coastal Engineering and Coastal Surveys fall under Civil Engineering. Q18: Please confirm that if we are to submit to Civil and Environmental Engineering, that the City requires 2 separate proposals. A18: Please refer to the answer written for Question #7 in this Addendum. 4 Q19: The question is regarding whether the City expects a complete team to be put together for each of the categories depending on the types of projects. For example, if the City intends on doing a pump station project under the Civil Group, do we need to include electrical and mechanical resumes or firms on our team for that category? A19: As part of their submittal, a Civil Engineering firm may include in its proposal qualifications of mechanical and electrical engineers. Please note however, per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted" Q20: Is a submittal required for each category a firm may be interested in under Groups A& B? 9 A20: Please refer to the answer written for Question #7 in this Addendum. Q21: Are firms permitted to develop a comprehensive team for each category. A21: Please refer to the answer written for Question #3 and #14 in this addendum. Q22: Are there teaming restrictions? Can a prime firm go as a subconsultant to a firm for any category? A22: Please refer to the answer written for Question #12 in this Addendum. Q23: I have an inquiry regarding what defines the "General" under the Group A - Architecture Category. Is there a list breakdown of services that can be provided to demonstrate/define "General"? A23: General Architecture is defined as the planning, programming, design, preparation of construction documents, permitting and construction supervision for single and multi-purpose facilities and p g p 9 their sites. These facilities may include, but may not be limited to: parking garages, park facilities, fleet maintenance and storage buildings, etc. Q24: At the top of Page 13 of RFQ 2014-346-YG it indicates that a copy of staff's accredited college diploma or bachelor's degree in Environmental Sciences or related field should be provided for Environmental Engineering Firms. I have two questions: Can a Florida licensed Professional Engineer's certificate satisfy this criteria as Florida licenses PEs only with degrees in engineering from accredited schools? Will an official transcript or other documentation from the school suffice in lieu of a copy of a diploma if that transcript/document clearly states that the individual received a bachelor's degree in an environmental science or related field? A24: Yes, a Florida licensed Professional Engineer's certificate may be provided. Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment, must provide copies of the following: Staff's accredited college diploma or Bachelor's degree in Environmental Sciences or related field. Q25: It is a burden on the firms to submit multiple proposals for one, the architecture and engineering categories and then also for the subcategories. It will also slow down the review process by the City. Will the city consider providing a check list for areas of interest and in which the firms are qualified for and for it to be included in the proposal? 5 A25: Please refer to the answer written for Question #7 in this Addendum. Q26: The RFQ states that Landscape Architects must be certified by the International Society of Arboriculture, Landscape Inspectors Association of Florida and FNGLA. These are not certifications normally held by Landscape Architects. Can art ISA certified Arborist be added as a sub consultant to satisfy this requirement? A26: Yes. Q27: If the submitting firm desires to submit proposals for multiple categories, would the City consider allowing the submitting firm to submit one proposal in which the firm describes what categories they may qualify for? It is not clear in the RFP if the City's intent is for submitting firms to form teams. For example, it is typical for a Civil engineering firm to submit as part of its team a surveyor and geotechnical firm that they have a working relationship with. Is it the City's intent to pair firms qualified under separate categories to complete a task order under this contract? Furthermore, the RFP encourages that the submitting firm should self-perform the work proposed under the desired category, however it goes on to encourage the use of DBE sub-consultants. This is somewhat contradictory, Please clarify? A27: Please refer to the answer written for Question #3, #7, and #14 in this Addendum. Q28: If the instructions in the RFQ prevail and proposers are to submit one individual proposal (1-original/11 copies) per discipline, would the City consider giving an extension of the current deadline or staggering the due dates for each the disciplines (e.g. civil, structural, environmental, mechanical etc)? A28: Please refer to the answer written for Question # 7 in this Addendum. As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q29: Will a State issued DBE certification suffice as"verifiable evidence" of Proposer's intent to use DBEs on this contract? A29: Yes. Per Page 13 of the RFQ, Tab 3 —Approach and Methodology, "Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County." Q30: Do the 5 projects being requested as "Qualifications of Proposing Firm", Tab 2-Section 2.1, need to be completed? A30: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q31: Do the 5 projects being requested as "Qualifications of the Proposer Team (Architects and Engineers)Tab 2-Section 2.2, need to be completed? A31: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q32: Is it the intent of the RFQ that submitting firms only show 5 relevant projects in the SF 330, as requested in Tab 2-Section 2.1? 6 A32: Please refer to the answer written for Question#1 in this Addendum. Q33: In speaking to D & B they say an SQR is not something most people are subscribed, but a Comprehensive Report can substitute in many cases since they are similar. Is the SQR mandatory or is there an alternative? A33: The submittal of the SQR is mandatory. Per Page 12 of the RFQ, Tab 2, Item # 2.3, "Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun &Bradstreet." Q34: Is the 2"d underlined area a repetitive requirement of the 1st underlined area? Or are you requesting 2 different sets of five (5) relevant projects? RFQ Page 12 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five(5) relevant projects, performed in the last five (5)years as evidence of experience; the following is required: project description, agency name, agency contact, contact telephone & email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members'qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. For each architect and engineer, include information for five (5) relevant projects, performed in the last five(5)years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ. A34: The requirements indicated in Page 12 of the RFQ, Tab 2, Item # 2.1 are applicable to the "Proposing Firm": The requirements indicated in Page 12 of the RFQ, Tab 2, Item # 2.2 are applicable to the "Architect and Engineer"in each firm/team. Q35: If we are to have D&B send the SQR directly to the City what information should we include in this tab for our submittal? 2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. A35: Given that the SQR must be submitted directly to the Procurement Contact named in the RFQ, Proposers are not required to include information in their proposal under Item # 2.3 of Tab 2, Page 12 of the RFQ. Q36: Do relevant projects have to be completed projects or can they be currently in progress? A36: Please refer to the answer written for Question# 10 in this Addendum. 7 Q37: Under Section C1. MINIMUM REQUIREMENTS: Planning, Urban, and Historical Preservation Architects certified or members of LEED, ULI, AICP, APA is preferred. However, since this is the City's preference and not a minimum requirement, if the firm does not hold any of these certifications will the proposal be deemed non-responsive and not be considered? A37: No, this is a preference and not a requirement. Q38: Given that many firms will be able to Prime various disciplines in Group A and Group B, would the City consider changing the requirements in the current RFQ and requesting that one proposal address all the disciplines for which the firm is able to Prime? A38: Please refer to the answer written for Question#7 in this Addendum. Q39: Our firm is submitting proposals in four disciplines and our corporate offices are questioning the need for 4 separate Dun & Bradstreet SQR Reports. Can we submit one for the firm since they are costly, and the information will be the same on all four? A39: Yes. Q40: If the City intends to select twelve separate firms, then will the City be providing the coordination between disciplines or will one of the twelve firms be required to provide the overall coordination? A40: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected by the City from the appropriate specialization list. The prime proposer will be responsible to hire the applicable or required sub-consultants and coordinate the work. Q41: If the City intends to select twelve separate firms, then why does the sample contract call for written approval of all sub-consultants? A41: Please note that the City does not intend to select only twelve separate firms(firm per specialized area). Multiple firms may be qualified per category. Proposers are not precluded from including sub-consultants as part of its team. Per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." As indicated in the last part of the above cited language, Proposers shall indicate the sections of the services the Proposer intends to sub-contract. Q42: If the City intends to select A/E Teams already put together by the Consultant, then why does the RFQ require each discipline to submit separate proposals? This would result in twelve (12) original proposals and one hundred and twenty (120) copies be submitted for one full AlE Team of all disciplines. A42: Please refer to the answer written for Question#7 in this Addendum. 8 Q43: Is it the City's intent to select Architecture/ Engineering Teams for this contract or to make twelve (12) separate selections of firms, one for each discipline listed on page 3 of the RFQ and require these twelve firms to work together as a team? Of course a firm could be selected for more than one discipline... A43: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. Q44: Is it possible to get a copy of the attendee list for both pre-proposal meetings or will they be posted online? A44: Copies of the sign-in sheets for both pre-proposal meetings are attached to this Addendum. Q45: If a firm was interested in pursuing Park work, which category should they submit under, "Landscape"or"Planning and Urban Design"? A45: A firm may submit under both categories. A firm designing a Park, will need to have planners/urban designers. If the firm is only interested in doing the landscaping for the Park, then they may submit under Landscape only. Q46: We will be submitting for the Civil category with subs that will be needed to carry out the task. How will our proposal be evaluated in relation to the proposal submitted by an architectural team who will have sub-consultants which may also include civil? A46: All proposals will be evaluated in accordance with the evaluation criteria stipulated in Section 0400—Statements of Qualifications Evaluation, Page 14 of the RFQ. Q47: Tab 2 (Section 2.2- Qualifications of Proposer Team) — Do we have to provide 5 relevant projects for each of the sub-consultants on our team? A47: Section 2.2 of Tab 2 indicates: "For each architect and engineer, include information for five (5) relevant projects, performed in the last five (5) years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ." If the sub- consultant team includes architects and engineers, then Proposer shall also list five (5) relevant projects in the last five (5) years for public sector clients. Q48: Minimum Qualifications Requirements, Cl Minimum Requirements. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. -Landscape Architects must be certified by International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification. Are Landscape Architects are specifically required to have all three additional certifications? Typically the Florida Department of Business Landscape Architecture Professional Regulation License will suffice in lieu of these requirements. A48: The Florida Department of Business Landscape Architecture Professional Regulation License is acceptable. 9 Q49: We will be submitting for Mechanical, Electrical, and Plumbing — You stated that you all prefer that each discipline be submitted separately; When I submit my staff and firms qualifications for each discipline, how exactly to you all want that formatted? A49: Please refer to the "Clarification" provided in Page 1 of this Addendum. Also, please refer to RFQ Page 11, Section 0300—Submittal Instructions and Format. Q50: City mentioned at the second pre-proposal conference that the deadline may be pushed back — can you please tell me where I can find the answers to my questions and also see the answers to the other attendees questions? A50: This addendum contains responses to all questions received prior to the deadline for receipt of questions and clarifications. Proposer must be registered with Public Purchase to ensure receipt of this addendum. Q51: Can you tell us who will be on the selection committee? A51: This information is unknown at this moment. Q52: Page 12, Tab 1, 1.3 item d) a — it will be very difficult to obtain copies of our environmental staff's diplomas in a timely manner. Will copies of their licenses and certifications suffice? A52: Please refer to the answer provided for question#24 in this Addendum. Q53: Page 12, Tab 2, 2.1 — For each project we have to provide the "year(s) and term of engagement." What exactly are you looking for w/regards to"term of engagement"? A53: Term of engagement refers to the term (number of months or years) the firm was engaged in a particular project or assigned task. Q54: Page 12, Tab 2, 2.3 - Our accounting staff attempted to arrange for Dunn & Bradstreet to submit a SQR to you; however, the D&B site requires your "user name." Can you please provide us w/this as soon as possible? A54: The"user name" is the same as the"email address": vusbeloonzalez c(�miamibeachfl.gov Q55: Appendix C, C.2 Scope of Work Required — In addition to environmental and geotechnical services, our firm provides the following services that are listed in your scope of work: lab testing services as well as testing and inspection services. Typically the lab testing can fall under geotechnical and construction materials testing (CMT) whereas testing and inspections would fall under CMT. CMT is not listed in your RFQ. Some public entities tend to lump geotechnical and CMT together. Should we highlight these services in under geotechnical? A55: As indicated in Page 1 of this addendum, "Geotechnical" has been removed from Group B — Engineering of this RFQ. Q56: The scope also says "Any other professional services..." Our firm also offers facilities services (i.e. building envelope, roofing, waterproofing). Should we highlight this in the submittal? If so, where should we address it? Or should we just stick to the services that are under Group A& Group B? 10 A56: As indicated in Appendix C, the scope of this RFQ will include "Any other professional service pursuant to Section 287.055, Florida Statutes, commonly known as the Consultants'Competitive Negotiation Act (CCNA)." Proposers may highlight in their response any other professional services that falls under Section 287.055, Florida. Proposers may list this information under Tab 3 —Approach and Methodology as indicated in Page 13 of the RFQ. Q57: Submitting separate books for each specialized area that apply to our firm will be not only be costly, but time consuming. Please consider allowing us to submit one book & distinguish the specialized area in each section with a sub tab labeled with that specialized area or simply by using a page break in our documents. A57: Please refer to the answer written for Question#7 in this Addendum. Q58: Can you please provide a list of the firms that are the incumbents for this contract? A58: The incumbents under the City's current agreement for these services are: AECOM USA, INC. HADONNE CORP ARCHITEKNICS KOBI KARP ARCHITECTS& ATKINS NORTH AMERICA, INC. LIVS ASSOCIATES AVINO&ASSOCIATES, INC. LOCKWOOD,ANDREWS&NEWMAN INC BCC ENGINEERING, INC MC HARRY& ASSOCIATES INC BEA ARCHITECTS, INC MILIAN SWAIN&ASSOCIATES BENDER&ASSOCIATES ARCHITECTS MILLER LEGG BERMELLO,AJAMIL&PARTNERS O'LEARY RICHARDS DESIGN BISCAYNE ENGINEERING COMPANY PILLAR CONSULTANTS, INC. BORRELLI&PARTNERS,INC. RED DESIGN GROUP BRINDLEY PIETERS&ASSOCIATES ROBAYNA AND ASSOCIATES, INC. BRUCE HOWARD&ASSOCIATES ROSENBERG DESIGN GROUP,INC. CALVIN,GIORDANO&ASSOCIATES SAVINO MILLER DESIGN STUDIO CASHIN ASSOCIATES PC SBLM ARCHITECTS PC CDM SMITH INC SCHWEBKE-SHISKIN&ASSOC INC CES CONSULTANTS, INC. SHULMAN&ASSOCIATES DOUGLAS WOOD&ASSOCIATES, INC TERRA CIVIL ENGINEERING E SCIENCES INCORPORATED THE RUSSELL PARTNERSHIP, INC EASTERN ENGINEERING GROUP COMP TLC ENGINEERING FOR EDSA,INC. WILLIAM LANE ARCHITECTS III FORBES ARCHITECTS ZYSCOVICH, INC. Q59: Is Mechanical, Electrical, and Plumbing considered one specialized category or three separate specialized categories? A59: Mechanical, Electrical, and Plumping Engineering are considered one specialized category. Q60: Please clarify which of the bulleted items described in the Scope of Work fall under each specialized category. A60: The architectural and engineering services listed in Appendix C, Section C2. Scope of Work are only a representative list of the various services the City may utilize throughout the term of the contract. After award, when professional services are required, a proposed project will be 11 analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q61: Due to the inadvertent error with the time of the original pre-proposal meeting, several firms have a nearly a two-week advantage with information received at the original pre- proposal meeting that many did not receive until the second pre-proposal meeting. For this reason,we are requesting a time extension for the Statement of Qualifications. A61: As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q62: We understand that consultants are not allowed to cite City Employees as references in the proposal response for the above reference RFQ. We would like to receive clarification on this because based on Tab 2.1 and the SF-330 Section F, when showing project examples, we must list the Project Owner and Contact Person/Phone/E-mail. Please advise how we should address this section while still complying with the City's submittal requirements? A62: Please note that Proposers are not prohibited from citing City Employees as a contact in their proposal response for a particular project. Q63: The package stated we need to have 5 relevant project examples, can we have more than 5 project sheets, or only 5 is permitted? A63: Please refer to answer written for Question # 1 in this Addendum. Q64:. In regard to RFQ 2014-346-YG Professional Architectural & Engineering Services, the RFQ estates on page 12 that you request 5 relevant projects performed in the last 5 years. However, on the SF330 form, it allows up to 10 projects to be shown. Do you wish to have a maximum of 5 projects or can we include more on the SF330 form? II A64: Please refer to answer written for Question# 1 in this Addendum. Q65: Can we submit more than 5 project examples? A65: Please refer to answer written for Question# 1 in this Addendum. Q66: Can we suggest that a single proposal be required to cover multiple specialties but still require separate proposals for either Group A or Group B. In the cover letter we could then highlight which specialties that we are referring to within the remainder of the document. Should this be acceptable, can we increase the number of projects provided to 10 to cover the wider scope? A66: Please refer to the answer written for Question#7 in this Addendum. Q67: We understand that the City may have projects related to neighborhood improvements and possibly pump stations which would require multiple disciplines. If this type of project were to fall in the civil engineering category, would we need to include mechanical and electrical personnel in our submittal as that may be required for this type of project? A67: Please refer to the answer written for Question# 19 in this Addendum. 12 Q68: Our firm and staff are fully licensed in landscape architecture and we have certified arborists on staff so we believe we are fully qualified to meet the RFQ requirements for landscape architecture services. With these qualifications, is it still necessary to include certifications from the Landscape Inspectors Association of Florida and the FNGLA in the RFQ response? These two certifications are not typical for landscape architects to have. Can those requirements be dropped or if they can't be dropped, can they be provided through a horticultural sub consultant. A68: International Society of Arboriculture Certification is acceptable. Q69: How should we document the consultants involved in the projects presented (TAB 2.1 Page 12)?(what portions of the SF 330 should be used?) A69: Proposers shall utilize the corresponding sections of SF3330 to document the information requested under RFQ Tab 2, #2.1 -Qualifications of Proposing Firm. Q70: Does Appendix E (Insurance Requirements) and F (sample contract) have to be included in the submittal? A70: No. Only the information requested under Section 0300 — Submittal Instructions and Format needs to be included in the response. Q71: Under Section 0300—Submittal Instructions and Format-TAB 2- Experience & Qualifications,we are required to submit Standard Form 330 to complete the following items: 2.1 Qualifications of Proposing Firm 2.2 Qualifications of Proposer Team Should we divide the SF330 in the following order to provide our responses? To respond item 2.1 —should we include Part I -Sections, A-C; and sections F- Example Projects; G -Key Personnel Participation in Example Projects; H- Additional Information, and Part II—General Qualifications To respond item 2.2, should we include sections 0-Organizational Chart and E— Resumes of Key Personnel, to provide relevant project experience of each key staff personnel. Please clarify the proper distribution of the SF 330 Sections to provide our responses. A71: Proposers shall utilize the corresponding sections of SF3330 to document the information requested under RFQ Tab 2,#2.1 -Qualifications of Proposing Firm. Q72: Under"specialized areas: GROUP A ENGINEERING General Environmental Interior Design /Space Planning Civil" ....do you mean General Environmental and Interior...? And can we submit under Category A for just General Environmental? A72: The column titled "Group A —Architecture", has the following specialized areas: General, Interior Design/Space Planning, Landscape, Planning and Urban Design, Town Planning, Historical Preservation. The column titled "Group B — Engineering", as amended, has the following specialized areas: Environmental, Civil, Mechanical, Electrical, and Plumbing, Structural, and Land Surveying Services. Please also refer to the answer written for Question # 7 in this Addendum. 13 Q73: Is it the intent of the City that if a civil engineering task arises that requires geotechnical services, the prime firm use the services of the Geotechnical firm selected as part of this procurement? A73: Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). After award, when professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q74: The RFQ identifies two groups (A& B) which are further broken down into 16 specialized categories (by type of service). Instructions require that respondent submit separately for each category. Our questions are as follows: a. Is the intent to award for each specialized category(minimum of 16 rewards)? b. Is the intent to award to multiple firms within a category? c. Given that each discipline must submit separately, unless providing the same specialized services, how can there be sub-consultant's under this format? A74: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. The City will evaluate each Proposal in accordance with the evaluation criteria indicated in Page 14 of the RFQ, Section 0400. Furthermore, as indicated Page 13 of the RFQ, Tab 3, it is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted Q75: Group A & B defines the 16 specialty categories. Appendix `C', section C2, identifies the types of services required. There is no correlation of services to specialties. This leaves it up to each consultant to determine which services are to be provided under the category they're submitting on. This interpretation could result in an incomplete submittal andlor gaps in services provided. Is it the intent to let the consultants determine which services should be address in the specialty they are submitting for? A75: Yes. The services identified in Appendix C, sub-section C2 lists general descriptions of services that the City may need throughout the term of the awarded contract. As indicated in Page 13, Tab 3, of the RFQ, each proposer shall submit information on how it plans to accomplish the proposed scope of services. 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. Procurement Contact: Telephone: Email: Yusbel Gonzalez , 305-673-7000, ext. 6230 YusbelGonzalez @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 RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a propos. ('�� enis �' U Procurement Director 14 PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 1 , 2014 15 4 MAMIBEACH CITY OF MIAMI B EAC H PRE- PROPOSAL MEETING -- -- - - SIGN-IN SH- EET_ - — -- - - DATE: October 1, 2014 TITLE: RFQ 2014-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL.ADDRESS Yusbel Gonzalez Procurement - CRIB 305-673-7000 786-394-4073 vusbeltzonzalez rn (iGmialbeachtl.wwv ext. 6230 `RAUL s. MAsTRA?A (Z.oSs BAP- Eet) t slo-673o `F1Mgsi■raPa@ vressbgv. com Fee0AND0 LAVoS MF-1R-t.G Gam,'tue e-IN-2G-1 J 1 NG . 5-236- 4%51-ws Pets-ice nndlr n .tom *vel3 J. Q �S�0 31 o 2 3 0 5-s o 37(08 L 111 vte4t berfAelioa3boiti.tem C t ��(,L�� ��,1�1 1►'�l�S � �f �t i(�-titi�l� s3 eCtC4\ SC€310-1 3 1 Q:C) ' .0 % ON"N\, 1 be eIA fk.cl e vl - � � ���� G 3o5 qs-Nco 3os- �-v�tIN X7 .•6177 e\viroSce..:, Gr"..(S - c r to 3e.S. G71. 3°5• G13- mpot„, k.. ^i o n t '7 a'7 3 raJ/lr Orhvg 2.344,frMIKttrt rG 6di je 6e/fur horn n �c• Fs--9` 95(1- I yi -77 71 bd'D- l7P , 1eZ )E 4w'z4 rdearcizozz behor. coy i tA/ Veer% 6R.04-irrtrAiRE. Apr 3br ' (90 c api o,1 D� -4t .L50 �� ��� 3S4ZS CyLp+r-3dItir e6-cuaL c. `3 a GC{.Vita 44• Ccin MIAMIBEACH CITY OF MIAMI B EAC H PRE-PROPOSA.L MEETING -- - - -- -- -- --- SIGN-IN SHEET - ----- COMPANY NAME NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS r �CC/Ye"76'' f?rc'4 ���j�'�• �7!'// /"f7 I,,C.S16 ./74? ri;e,6-2 r_06e.4-1 C- Su L T (:, -�i�s-��3C,'i 29 A-KC Erb J J�r ��o c� ,',i i(��.-C'ac.c5.�(-_�t,,_.7) �C �-�. +� {-: 2 ill- , Jfl\\h 1 . 6 a�3 v�,.c,r��� �. s L . C'aw 777-7-vi (7.1 Apt,74 Z-7 Z5-`1 774- / `f"''t<< . •-5 Ci. � �St" �' , �r�ce��s ce f,l y d--=-7 RAI 61 36' 511--7 56) 3ql q»6 15OrJo11 1no�anv1 � (�'v1,600• i' 1tmM*on c.11:., Goat • . I . i a* MIAMI BEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING - - - -- SIGN-IN SHEET - - -DATE: October 1, 2014 2 - — AND ENGINEERING TITLE: RFQ_01=I-�-I6 YG PROFESSIONAL ARCHITECTURAL�� SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement -CMB 305-673-7000 786-394-4073 vusbel_onzalezemiaribeachfl.zov ext. 6230 Ch CE-N r2 i1 L /A 1 G 0D5)40-548/ (aos544/-5494 J vi//a r csayrov10.ce-r,.., 7368 (30.s.y:17A- oe� JaSort jDt1,.-4s',tC;=�``ltrz{�c����.co.� 5(vZ`7 j ov y 0 36_s-_- .6) 7 ' 3 u Alons 12 S - ( 0 Pi 62 0/2fo nfir/, ,e0 CAALos N ue,d1,�s /iA 305- 1'O 1 f-t 1Ac14 D E 3e-k tttt✓1dee.e h4.,fi/e •eorrt 32.Cot r h�C` L1.rt I�tC.)(d C(EFC-Ct fN-`V X 14D1�Z_ 't�W i-'Ccr+.� C��LIC-► VaaN)) C N1% Pk) e,ce r rt5 to 7 3 -?v au•N e‘.n ten, QD�t` �na n t� �n tares.,�Q�c '`'e� • n o S S � C .ccL vi‘\ceks_ �c��s(,515 r tvtc vvIA 1-C-{ 3416-- s y \A\c_4¢tc GC 19wo-c .3i 3 .7- g I ,R1/6.4_,y) of 6u , .Lweicc AAvi • 3 r MIAMIBEACH CITY OF MIAMI B EAC H PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1,.2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FA X# (PLEASE PRLNT) E-MAIL ADDRESS Yusbel Gonzalez Procurement - CMB 305-673-7000 786-394-4073 vusbel uonzalez(a-niiami beach tl.tiov ext. 6230 6!1 r ang.;n to e 50c-c,,-) nn ins-6,-)v-a3 s1 4 i D AO Z b cult g, n v ( il , `'�l,1, R4ce /6J -? ;s- r , l os)S111-Itg (4 °9111) oA 0 e --przz,„ c66 Z6� ��3 r CoC\S 1 5 'll5 �lOCkti anal 05- 1.-,b55 36,1,k1. iC\1t oa'n BG\t-U�t l>nnc(A.1.1 ki coo 5-alN<r'A15 .cxf v,LL'AH x-62• .3o5-%6 2•496 La,(-,..-5+-yfoir r ' , 35J?-62.33 Sly t - 1-S'.L�Q ty:.Corr\ 306. ei. 0'431 arms-- 2 9• •- �'-v U.��l�is►V Et.,41 lei c •N(•to" 44-4e44 Cl'T L� �'1�Cr a t'Yt/441 f E-ACI FL 080_ MIAMIBEACH CITY OF MIA MI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET NAME COMPANY NAME (PLEASE PRINT) E-MAIL ADDRESS PHONE# FAX# -maiS A3 9er L I O rS 5os t sper lSn Jr s. (Ay) ca13 (_ _i"j e' `✓"94��y t�'f_ "�VF-�(�i 1 T-/L( t}1 �. �(. 4 4C?�/ 2 MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING ___ __SIGNAN S HEE_T_(PARTICIPANTS O N_T_H E_PHONE) __ DATE: October 1, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vusbelh onzalez(cimiamibeachtl ext. 6230 Ken Boyer Douglass Wood Associates Jose Lopez Schwebke-Shiskin&Associates, Inc. (954)435-7010 Sandra Castillo Milian, Swain & Associates (305)441-0123 Stephanie Theard BCC Engineering (305) 670-2350 Kathia Dash R.J. Heisenbottle Architects, P.A. (305)446-7799 lleana Gonzalez Robayna& Associates (305) 823-9316 Natalie Lockwood, Andrews& Newman (305)444-6454 Tom Decker Woltberg Alvarez & Partners 305)666-5474 Victor Herrera NV5 (954)495-2112 Douglass Man CB&1 561.361.3148 MAM1BEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRINT) PHONE# FAX# E-MAIL ADDRESS Marne Bennetham Jennifer Creed GOE Associates Daniel Goodman DEA Architects Sherry Miller Legg (305) X99-6381 Cathy O'Leary O'Leary Richards Design Associates (305) 596-6628 Stephanie Marlin Engineering (305)477-7575 Antonio Garate ALVAREZ-DIAZ &VILLALON 786.497.1906 Jake Ozyman Haks Engineers, Architects and Land (212) 747-1997 Surveyors, P.C. Michael EAC Consulting (305) 265-5400 Shawn Stanley Consultants 786.762.4115 Mark URS Corporation (305) 262-7466 I PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 13, 2014 16 MIAMIBEACH CITY OF MIAMI B E AC H PRE- PROPOSAL MEETING. (ADDITIONAL) SIGN-IN SHEET DATE: October 13, 2014 TITLE: RFQ 2014-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES N SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# { (PLEASE PRINT) E-MAIL ADDRESS . Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vushel.ronzalezrrromiamiheach11.2-ov ext. 6230 124- CSI' _g ;Of4_.ilLeZ_6'(--)n;ivFt-s""ikL gnic,tslc�1:0e, Cc is ,_-►� b�, i I-BMA/ `/t.-0/NL Fu/7,/,1442/AI G L"v 535-; 7� '` 5 ' 0 3 z' ' a7Y,0& t7ef-4-bnrn t//o ff ii/Left P ou_o E M-77 Qc,S) P\ 16- \-c 1c s.L_0.L-(c),,, 4q ; 3S Co-( 04::\ v4A .Et Y k(bu.._QS(i?c. � IEvit. Sf./I.E� IZ.oswff.a-c, c-�R oce_ D cx-..l S-3°It-1oi6 �S•3°�2- °'� • Lutigusui$O-C-6 A944 62-.60 tA Skar0e_c_ 305 LI4524C4 oot-Loctq-e cowl PC-P-15 -7-er s -�C/�-{• ' o a�^cam,,. '223 a (.) MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN. "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement.- CMB 305-673-7000 786-394-4073 vusbe l<zonzalezra'miamibeachtl.coy ext. 6230 GM -- C./r' c��11S2X. 30c4,71- 4„ ,4A C c I'0w//L / fvAi a-AID A, /4r4/34 emsz e-mi X 4.549 n/1C21, — CIS 30s- �73 _ G k ►n ct ccrtAg wt►COM r o V —1C3-7 J UQne-SScc.. 7"LL ��15iie�r t tt� 305 - 73ernivde.2- vciness4. Lei mvdtz lifte-erj.cow -- 55 Nuke n P i a r e tang C UuYa n 1 CMg°FKViAnei w 345 Cr- ewVeai-oA stvi&pti boat •1IV 1010 r • lb MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vusbelgonzalezamiamibeaclitl.Tov ext. 6230 Lance Olsen Innovtec 352-459-1974 lance a.innovtec.com James Kahn Keith and Schnars, PA 954-776-1616 jkahn( kstla.corn Sharman Ciddi EAC Consulting 305-264-2557 Torn Brzezinski WadeTrim 813-882-4373 tbrzezi nkski@wadetri m.com Jenny Alonso T.Y. Lin International 305-567-1888 Ext. 4034 Jennv.alonsoitvlin.com Staci L. Bolinger Dunkelberger Engineering&Testing 561-494-7006 slbolin;er @terracon.com William Craven Pure Technologies 407-408-7631 William.craven(Upuretechltd.com Jennifer Priem GLE Associates 813-241-8350 ipriem @gleassociates.com Judith A. Kemp Brindley Pieters & Associates 407-830-8700 jkemppbpa-engineers.com Helmut J. Mueller Mueller& Associates, LLC 305-600-9070 muellerandassociates@g-mail.com MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRINT) PHONE# FA\# E-MAIL ADDRESS Ilker Uzun CPH Corp 305-274-4805 iuzun ii cphcopr.com Brenda Kimley-Horn 407-898-1511 Iraldy Martin LIVS Associates 305-443-2933 imartin @livs.net Nadia E-Sciences (786) 517-2632 Rothie Franko • OCE Associates (561)688-6575 Steve Pines Bermello Ajamil & Partners (305) 859-2050 Dina CSA Group (305)461-5484 Eric Propes EDSA 954.524.3330 Jose Lopez Schwebke-Shiskin&Associates, Inc. (954)435-7010 ! 1 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 6 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the"RFQ") NOVEMBER 12,2014 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. 1. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, NOVEMBER 25, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. . 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. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 _ YusbelGonzalez @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 RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director Page 1 of 1 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,wwtiv.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 5 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS"(the"RFQ") OCTOBER 31, 2014 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. 1. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M.. ON TUESDAY, NOVEMBER 18, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. 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. - Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @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 RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. • ce el , 411 -irMD-ns °rocurement Director Page 1 of 1 M1AMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 • ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the"RFQ") OCTOBER 17, 2014 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. 1. DEADLINE FOR RECEIPT OF QUESTIONS. The deadline for receipt of questions for this RFQ was October 14, 2014 at 5:00 PM. No more further questions will be allowed. 2. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 p.m., on Monday, November 3, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3"d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A forthcoming addendum will contain answers to the questions received. 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 @miamibeachfi.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @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 RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, iI Alex Denis Procurement Director Page 1 of 1 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") OCTOBER 7,2014 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. 1. RFQ SOLICITATION DOCUMENT. It has been brought to our attention that some proposers are receiving an error message when attempting to download the RFQ solicitation document. Via this Addendum, the RFQ solicitation document has been re-loaded to the solicitation page in www.publicpurchase.com. No changes have been made to the RFQ solicitation document since it was initially published on September 18, 2014. 2. ADDITIONAL PRE-PROPOSAL CONFERENCE. Due to an inadvertent error with the time indicated for the pre-proposal conference held on October 1, 2014, an additional pre-proposal conference has been scheduled for the date, time, and location indicated below. Proposers that attended the pre- proposal conference held on October 1, 2014 are not required to attend this second pre-proposal conference. Date: October 13, 2014 at 2:00 PM Location: City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 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. 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. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @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 RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, 7 - Alex Denis Procurement Director Page 1 of 1 • MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") SEPTEMBER 30, 2014 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. CLARIFICATION# 1: The RFQ solicitation file published on September 18, 2014 was corrupt. As such, many proposers were unable to download the RFQ document. On September 19, 2014, at approximately 8:25 AM, an updated RFQ was uploaded to the solicitation page in Public Purchase, which created "Addendum No. 1" in Public Purchase. CLARIFICATION# 2: Although indicated in the RFQ solicitation document, the pre-proposal conference date, time, and location was inadvertently left out from the solicitation page in Public Purchase. This information has now been added. As a reminder to all proposers, the pre-proposal conference will take place on October 1, 2014 at 10:00 AM at the following location: City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive 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: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 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. 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. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @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 RFP are requested to complete RFP No. 10-08/09 Building Development Process Fee Study Addendum#1 10/1/2014 Page 1 of 1 2 I Miami Beach RFQ 2014-346-SR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS' and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposa Since}r 7 lie' Procurement Director i i 4 1 i 1 1 i I f REQUEST FOR QUALIFICATIONS ( RFQ _PROFESSIONAL _ARCHITECTURAL AND ENGINEERING_ SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" RFQ 2014-346-YG RFQ ISSUANCE DATE: SEPTEMBER 19, 2014 STATEMENTS OF QUALIFICATIONS DUE: OCTOBER 23, 3:00 PM ISSUED BY: YUSBEL GONZALEZ, CPPB MIAMI BEACH Alex Denis, Director DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.74901 adenis @miamibeachfl.gov www.miamibeachfl.gov MI AMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 11 0400 EVALUATION PROCESS 13 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 29 APPENDIX E INSURANCE REQUIREMENTS 31 APPENDIX F SAMPLE CONTRACT 33 RFQ 2014-346-YG 2 MIAMI BEACH SECTION 0200 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 Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently,the successful proposer(s) (the"contractor[s]")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.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 PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2.PURPOSE. The City of Miami Beach is accepting qualifications for Architectural and Engineering Services in various professional categories on an "as-needed basis. Each proposed contract shall be for a three(3) year contract term, P 9 P P ( Y with two(2)one year renewal options at the City's option. It is the intent of the Administration to use the RFQ process to select firms who are qualified to provide services in each of the categories of professional specialization. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. in accordance with Section 287.055, Florida Statutes, known as the"Consultants' Competitive Negotiation Act", the City may enter into a "continuing contract" for professional architectural and engineering services for projects in which construction costs do not exceed$2 Million or for study activities for which the fee does not exceed$200,000. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations, which will take place after the selection of the firms deemed to be the most qualified to perform the required services. If the City is not able to negotiate a mutually satisfactory compensation schedule with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected,and negotiations may continue until an agreement is reached. The RFQ seeks proposals from firms with strong qualifications in the following specialized areas: GROUP A—ARCHITECTURE GROUP B—ENGINEERING General Environmental Interior Design/Space Planning Civil Landscape Geotechnical Planning and Urban Design Mechanical, Electrical, and Plumbing Town Planning Structural Historical Preservation Land Surveying Services RFQ 2014-346-YG 3 MIAMI BEACH The price and terms for the contracts will be negotiated after City Commission approves authorization to negotiate. Under these Agreements, study activities are quoted as a lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications for the firms. It is the intent of this RFQ to evaluate and recommend award for each specialized category based on specific category qualifications. Firm's proposal shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B — Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes,Consultants Competitive Negotiations Act (CCNA). 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued September 19,2014 Pre-Submittal Meeting October 1, 2014 @ 10:00 AM Deadline for Receipt of Questions October 14, 2014 @ 5:00 PM Responses Due October 23,2014 @ 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado@miamibeachfl.qov ; or facsimile: 786-394-4188. The Bid titlelnumber shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date Statement of Qualifications are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposer in the form of an addendum. Procurement Contact: Telephone: Email: Yusbel Gonzalez,CPPB 305.673.7000 Ext.6230 yusbelgonzalez @miamibeachfl.gov RFQ 2014-346-SR 4 IAMIBEA H MIAMI C 5. PRE-STATEMENTS OF QUALIFICATIONS 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 Solicitation Timeline above at the following address: City of Miami Beach City Hall-4th Floor City Manager's Large Conference Room 1700 Convention Center Drive 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: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 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-STATEMENTS OF QUALIFICATIONS 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). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence."The Cone of Silence ordinance is available at: http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: http://web.miamibeachf{.gov/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 RFQ 2014-346-SR 5 t\v'\IAM#BEACH • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • LOCAL PREFERENCE FOR MIAMI BEACH-BASED VENDORS CITY CODE SECTION 2-372 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- _ DISABLED_VETERAN_BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATIONS. The City reserves the right to postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No.2011-3747, a five(5)point preference will be given to a responsive and responsible Miami Beach-based proposer. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point 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. 13. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Statement of Qualifications, 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 Statement of Qualifications. 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 Proposer (s) which it deems to be in the best interest of the City, or it may also reject all Statement of Qualifications. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including cost of services. 14.ACCEPTANCE OR REJECTION OF RESPONSES. The City reserves the right to reject any or all Statement of Qualifications prior to award. Reasonable efforts will be made to either award the Contract or reject all Statement of Qualifications within one-hundred twenty (120) calendar days after Statement of Qualifications opening date. A proposer may not withdraw its Statement of Qualifications unilaterally before the expiration of one hundred and RFQ 014- 46-SR 6 MIAMI BEACH twenty(120)calendar days from the date of Statement of Qualifications opening. 15. PROPOSER'S RESPONSIBILITY. Before submitting a Statement of Qualifications, 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 exam inations, 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. 16. COSTS INCURRED BY RESPONDENTS. All expenses involved with the preparation and submission of Statement of Qualifications,or any work performed in connection therewith, shall be the sole responsibility and shall Y P � P Y( be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 17. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposals hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer , nor the Proposer 's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 18.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 19. MISTAKES. Proposals are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Statement of Qualifications being non-responsive. 20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full 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. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or 721774n- R 7 MIAMI services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the proposer, or its officers,employees, contractors,and/or agents,for failure to comply with applicable laws. 23. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 24. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. 25. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposals must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City Y P ry� Y Y of Miami Beach. E. The City may consider any evidence available regarding the financial, technical,and other qualifications and Y Y Y 9 9 q abilities of a proposer, including past performance(experience), in making an award that is in the best interest of the City. F.The City may require proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 26. ASSIGNMENT. The successful proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 27. LAWS, PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 28. OPTIONAL CONTRACT USAGE.When the successful proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 29. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 30. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then 762267727R 8 t\AI `Ai BEACH B. Addendum issued for this solicitation,with the latest Addendum taking precedence; then C. The solicitation;then D. The proposer's proposal in response to the solicitation. 31. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend 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 be incurred thereon. The contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby notified that all Bid including, 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, Contractor 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 contractor 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. 34. MODIFICATION/WITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of Qualifications to replace all or any portion of a previously submitted Statement of Qualifications up until the Statement of Qualifications due date and time. Modifications received after the Statement of Qualifications due date and time will not be considered. Statement of Qualifications shall be irrevocable until contract award unless withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from the opening of Statement of Qualifications without a contract award. Letters of withdrawal received after the Statement of Qualifications due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. R Q 0 4- 46-SR 9 MIAMI BEACH 35. EXCEPTIONS TO RFQ. Proposals must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to(as said term and/or condition was originally set forth on the RFQ). 36.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposals shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Statement of Qualifications. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFQ 2614-346-SR 10 AA A t\f\/\I BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (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. Statement of Qualifications received electronically,either through email or facsimile, are not acceptable and will be rejected. 2. LATE PROPOSALS. Statements of Qualifications 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 Statement of Qualifications 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. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner 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. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. Proposals shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B— Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer, Proposer Primary Contact, Qualification Group (A and/or B), area of specialization, a summary of the Proposer's qualifications, experience, and services to be provided. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications. a) For each architect and engineer, provide copies of all applicable licenses and certifications. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. b) For Landscape Architects, provide copies of the following certifications: a. International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification c) For Planning, Urban,and Historical Preservation Architects, provide copies of the following certifications or memberships: a. LEED,ULI,AICP,APA. RFQ 2014-346-YG 11 MIAMI BEAC d) Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting,and Contamination Assessment,provide copies of the following: a. Staffs accredited college diploma or Bachelor's degree in Environmental Sciences or related field. TAB 2 Experience&Qualifications —._- PROPOSERS MAY SUBMIT THE BELOW REQUESTED INFORMATION UTILIZING THE ENCLOSED-STANDARD --- – FORM 330–ARCHITECT-ENGINEER QUALIFICATIONS(ATTACHED). 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five(5) relevant projects, performed in the last five (5) years as evidence of experience; the following is required: project description, agency name, agency contact,contact telephone&email,and year(s)and term of engagement. 2.2 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. For each architect and engineer, include information for five (5) relevant projects, performed in the last five (5) years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ. 2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: https:l lsupplierportal.dnb.comlwebapp/wcsistores lservlet/SupplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. RFQ 2014-346-SR 12 MIAMI BEACH -TAB 3 - Approach and Methodology For the scope of services outlined in Tab 3, Scope of Services, submit detailed information on the approach and methodology, how Proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants).To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces)and which sections are intended to be subcontracted. Also, provide information on Proposer's current workload and how the potential project(s) will fit into Proposer's workload. Describe available facilities, technological capabilities and other available resources you offer for the potential project(s). Lastly, submit verifiable evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFC) 2014-346-SR 13 j\A1At\AI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. 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. 2. Step 1 Evaluation. Proposals will be categorized into the discipline areas noted in section 0200-2(Groups A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against other proposers in that category. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may: • review and score all Statement of Qualifications received,with or without conducting interview sessions;or • review all Statement of Qualifications received and short-list one or more Proposer to be further considered during subsequent interview session(s)(using the same criteria). Step 1 -Qualitative Criteria , Maximum Points Proposing Firm — Experience and Qualifications, including Financial 40 Capability Proposing Team (Architects and Engineers) — Experience and 40 Qualifications Approach and Methodology, including Self-Performance of Work and 15 utilization of Disadvanta•ed Business Enterprise DBE firms. TOTAL AVAILABLE.STEP 1 POINTS. 95 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Veterans Preference 5 The volume of work previously awarded to each firm by the City 5 within the last three 3)years.See Section 4 below. TOTAL AVAILABLE STEPS POINTS 10 4. Volume of Work 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 $250,000.01 —$2,000,000 3 r r $2,000,000 G eate t han 0 RFQ 2014-346-YG 1 4 AAIMM1BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A 8 C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 Rank. 1 - 3 .. 2 Step 1 Points 79 85 72 Step 2 • Points 22 15 12 Committee' Total 101 100 84 Member 2 Rank: - 1 •2 : 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 ...Member 2• - Rank . . .. :1 .. . 2. . 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 *Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. RFQ 2014-346-SR 15 APPENDIX A MIAMI Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact Tel: Email: Yusbel Gonzalez 305.673.7000,Ext.6230 yusbelgonzalez@a miamibeachfl.gov -- STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE -REQUIREMENTS-AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. p FIRM 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.: The City reserves the right to seek additional information from proposer or other source(s),including but not limited to: any firm or principal ty 9 pp � 9 Y 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. QFQ 2014-346-YG Appendix A— Page 1 { 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposals 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 Proposals must disclose,in their Statement of Qualifications,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 Proposals 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: Proposals 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. Proposals must also disclose the name of ty P 0 any City employee who owns,either directly or indirectly,an interest often(10%)percent or more in the Proposer entity or any of its affiliates 3. u ensi S sp on,Debarment or Contract Cancellation.Has ro oser ever been debarred,suspended or other legal violation,or had P P P 9 a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposals 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. Proposals 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 Statement of Qualifications,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. 5. 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 Division 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 submit firm's 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 www.miamibeachfl.gov/procurement/. 6. •_ -. --- - - - - • - •- • _--• - • -- - -- • • . __ .• . . •••• - • --- - • • RFQ 2014-346-YG Appendix A— Page 2 7. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494_requires_certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide°Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? , YES NO C. Please check all benefits that apply to your answers above and li st in the "other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other 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 Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 8. 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, Statement of Qualifications,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:No additional submittal is required. By virtue of executing this affidavit document,proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. RFQ 2014-346-YG Appendix A— Page 3 9. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals 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 addendum 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 If additional confirmation of addendum is required,submit under separate cover. RFQ 2014-346-YG Appendix A— Page 4 DISCLOSURE AND DISCLAIMER SECTION -— — —�— - — The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this — — solicitation,either before or after issuance of an award,-shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2014-346-YG Appendix A - Page 5 PROPOSER CERTIFICATION I hereby certify that: I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications,terms and conditions contained-in the -- solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; 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; 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; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of ,20_,personally appeared before me who County of ) stated that (s)he is the of_ , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2014-346-YG Appendix A— Page 6 APPENDIX B t' i\ t L t\ JIAI.J ! I bb o Form RFQ No. 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 `Note: It is important for those vendors who have received notification of 1 this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid. The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified -.offfuture sdicitatibns,bY the CRY. Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S)CHECKED AND/OR INDICATED BELOW: Workload does not allow us to 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: Yusbel Gonzalez STATEMENTS OF QUALIFICATIONS #2014-346-YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFQ 2014-346-YG Appendix B- Page 1 APPENDIX C M - Minimum Requirements & Specifications RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 700 Convention Center Drive Miami Beach, Florida 33139 C1.MINIMUM REQUIREMENTS: The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall clearly indicate if qualifications are being sought under Group A—Architecture and/or Group B— Engineering. Proposer shall submit detailed verifiable information affirmatively documenting • compliance with each minimum requirement. Proposals that fail to_comply with minimum requirements will be deemed non-responsive and will not be considered. • Proposer must have a minimum of five (5) years' experience and successfully completed at least five(5)projects for public sector agencies. • Architects and Engineers must have a minimum of five (5) years' experience and successfully completed at least five (5) projects in their designated professional specialization for public sector agencies. • Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. o Landscape Architects must be certified by international Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification. o Planning, Urban, and Historical Preservation Architects certified or members of LEED, UL1,AICP,APA is preferred. o Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment, must have staffs with accredited college diploma or Bachelor's degree in Environmental Sciences or related field. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). C2.SCOPE OF WORK REQUIRED. It is the intent of the City of Miami Beach to select several firms which will be contacted on an "as- needed basis" during the term of the contract. This contract will include, but not be limited to the following architectural or engineering services: Description • Acoustics, Noise Abatement • Air Pollution Control • Auditoriums and Theaters • Automation; Controls; Instrumentation • Boundary Survey • Bridges • Codes;Standards; Ordinances • Coastal Engineering (Seawall Design and Repair) • Coastal Surveys • Communications Systems;TV; Microwave RFQ 2014-346-YG Appendix C • Construction Management • Cost Estimating • Dune Planting and Management • Energy Conservation; New Energy Sources • General Environmental Services: o Environmental Assessments o Air and Water quality testing and monitoring o Environmental sustainability planning services o Environmental support services to achieve and maintain regulatory compliance • Environmental and Coastal Permitting: o Prepare and submit applications for and lead agency coordination in obtaining environmental and coastal permits; and, o Prepare supporting documentation required for environmental and coastal permits including but not limited to biological reports, flora and fauna surveys, and other environmental assessments. o Work with Federal, State, County, and other local environmental permitting agencies, including but not limited to the U.S. Army Corps of Engineers, the South Florida Water Management District, the Florida Department of Environmental Protection, and Miami-Dade County's Division of Environmental Resources Management. • Contamination Assessment: o Environmental Site Assessments o Oversee and coordinate remediation project o Preparation of sampling and remediation plans and other related documents o Other associated tasks related to regulatory compliance o Work on contamination projects in South Florida • Fire Protection • Garages;Vehicle Maintenance Facilities; Parking Decks • Heating; Ventilating; Air Conditioning • Highways; Streets;Airfield Paving; Parking Lots • Interior Design;Space Planning • Irrigation; Drainage • Lab Testing Services • Landscape Architecture • Lighting (Interior, Display,Theater, etc.) • Lighting(Exterior, Streets, Memorials,Athletic Fields, etc.) • Planning (Community, Regional,Area-wide and State) • Plumbing and Piping Design • Recreation Facilities(Parks, Marinas,etc.) • Rehabilitation(Buildings, Structures, Facilities,etc.) • Right-of-Way Survey • Safety Engineering;Accident Studies; OSHA Studies • Security Systems; Intruder&Smoke Detection • Sewage Collection, Treatment and Disposal • Soils&Geologic Studies; Foundations • Storage Tank Repair and Monitoring • Structural Design; Special Structures RFQ 2014-346-YG Appendix C • Surveying, Mapping, GIS, and other services: O High Definition Services(HDS) O Light Detection and Ranging (LIDAR) o Global Navigation Satellite Systems(GNSS) —o—Ground Penetration Radar(GPR) o Subsurface Utility Engineering(SUE)and Underground Utility Services o These specialized services may be utilized for surveys to include but not limited to Specific or Special Purpose, Topographic (surveys for engineering design), As- Built/Record, Boundary, Condominium, Construction Layout, Control, Hydrographic, Mean High Water, Quantity, Submerged/Filled Lands as well as GIS feature creation • Control and Data Services: o Establishing vertical and horizontal control o Researching and utilizing record documents for right-of-ways etc. Locations of all improvements, features as required in the City of Miami Beach Public Works Department Manual and/or as designated for a specific project. All field data is to be collected in digital form Point Clouds (Text XYZ Coordinate files, etc.)with horizontal and vertical control points identified and recorded in field books. The digital data shall be post processed and delivered to the City as specified herein. Survey control for Vertical Control shall be referenced to the North American Vertical Datum of 1988 (NAVD1988) and the Horizontal Control shall be referenced to Florida State Plane Coordinates, East Zone, North American Datum of 1983/1990 (NAD83190) supplemented with digital data files including but not limited to processed HDS and LIDAR Point Clouds with Photographics, ESRI File Geodatabases, ESRI Shapefiles (.SHP), and .DWG format drawings of the Surveys, Maps, GIS Data Sets etc. • Platting; Mapping;Flood Plain Studies • Swimming Pools • Storm Water Handling&Facilities • Testing &Inspection Services • Topo Survey • Urban Renewals; Community Development • Value Analysis; Life-Cycling Costing • Water Supply,Treatment and Distribution • Zoning; Land Use Studies • Any other professional service pursuant to Section 287.055, Florida Statutes, commonly known as the Consultants'Competitive Negotiation Act(CCNA). The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach DSM and Florida Status(particularly surveys). The selected firms will be responsible for obtaining all State, Federal and local permits and approvals necessary for the construction of all projects, and may be required to provide consulting services to the City on various matters which do not result in drawings or specifications. RFQ 2014-346-YG Appendix C , : APPENDIX D i} I i N I 1 i• ‘ i • 5 Li ozm. ' t 1 i• i li Special Conditions 1 f RFQ No. 201 4-346-YG l' PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN I SPECIALIZED CATEGORIES ON AN 1 i ''AS-NEEDED-BASIS" 1 1 , , 1 DEPARTMENT OF PROCUREMENT 1 1700 Convention Center Drive Miami Beach, Florida 33139 RFQ 2014-346-?G Appendix C I , i 1 1. TERM OF CONTRACT. Three(3)years. 2. OPTIONS TO RENEW. Two (2) additional one (1)year options 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10.WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. RFQ 2014-346-YG Appendix D— Page 1 APPENDIX E MIAMI lEACH Insurance Requirements RFQ No. 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 N A f A t A I A r \ LA \ P- tr- „tA v, a i $ i x • INSURANCE REQUIREMENTS Thi o_c_ument-sets_forth_t e ini.mu.m_IeVe_Is`of_insuranc fhst_the_contractor.is_tequ.i_rod-to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. 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. City of Miami Beach must be shown as an additional insured with respect to this coverage. XXX 3. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. XXX 4.. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed'value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating"A"as to management and"Class V"as to financial strength or better, latest edition. XXX 9. The certificate must state the proposal number and title. The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 '2, - fK RFQ 2014-346-YG Appendix E — Page 1 APPENDIX F MIAMIEAC EACH Sample Contract RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND )00000000000 000000000000( FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXX)C 00000 0000 XXX)UW00000UUUCX Resolution No. TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1 DEFINITIONS 2 ARTICLE 2. BASIC SERVICES 7 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 17 ARTICLE 6. REIMBURSABLE EXPENSES 18 ARTICLE 7. COMPENSATION FOR SERVICES 19 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 R ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 25 ARTICLE 14. LIMITATION OF LIABILITY 26 ARTICLE 15. NOTICE 26 ARTICLE 16. MISCELLANEOUS PROVISIONS 27 SCHEDULES: SCHEDULE A SCOPE OF SERVICES 33 ' SCHEDULE B CONSULTANT COMPENSATION 34 SCHEDULE C HOURLY BILLING RATE 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 38 SCHEDULE G INSURANCE AND SWORN AFFIDAVITS 39 SCHEDULE H BEST VALUE AMENDMENT 40 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY_OF_MIAMI_BEACH AND X FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING(A/E) SERVICES FOR THE XXXXXXXXXXX)0000 XXXXXX)CXXXXX This Agreement made and entered into this_day of , 20XX, 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 XXX XX, a Florida X)UCXXXXXXXX having its principal office at XXXXXXXXXXX)CXXX)(XXXXXXXXXXXX(hereinafter referred to as Consultant). • WITNESSETH: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in the Scope of Services attached as Schedule "A" hereto, and wishes to engage the Consultant to provide specific professional services including, without limitation, NE services, for the Project, at the agreed fees set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of the aforestated professional services relative to the Project, as hereinafter set forth; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 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. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Project Coordinator) with respect to any specific matter(s) concerning the Services and/or this Agreement(exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project, the Services, and/or this Agreement). 1.4 PROPOSAL DOCUMENTS: "Proposal Documents" shall mean Request for XXXXXXXXXXXXX No. XXXXXXXXXXX, entitled "XXXXXXXXXXXXX XXXXXXXXXXXXX)UCX" issued by the City in contemplation of this Agreement, together with all amendments thereto (if any), and the Consultant's proposal in response thereto (Proposal), 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. 1.5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the architect/engineer who has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, sub-consultants, agents, and any other person or entity acting under the supervision, direction, or control of Consultant. Any sub- consultants retained by Consultant for the Project shall be subject to the prior written approval of the City Manager. Consultant shall provide the Project Coordinator with copies of the contract between Consultant and any sub-consultant's. Any such contracts 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 sub-consultants. Any approval of a sub-consultant by the City 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 City. Payment of sub-consultants shall be the responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Basic Services. The quality of services and acceptability to the City of the services performed by such sub-consultants shall be the sole responsibility of Consultant. The following sub-consultants are hereby approved by the City Manager for the Project: )000000000 000000000000(; XJCXX)UUCXXX 1.6 PROJECT COORDINATOR:The "Project Coordinator" shall mean the individual designated in writing by the City Manager who shall be the City's authorized representative to coordinate, direct, and review (on behalf of the City) all matters related to the Project during the design and construction of the Project (unless expressly provided otherwise in this Agreement or the Contract Documents). 1.7 [Intentionally Omitted] 1.8 BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement (and as required to complete the Project), as further described in Article 2 and Schedule "A" hereto. In addition any Services not specifically addressed as Additional Services (as defined herein) shall be considered Basic Services. 1.9 PROJECT: The "Project" shall mean that certain City capital project that has been approved by the City Commission and is described in Schedule"A" hereto. 1.9.1 Project Cost:The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. 1.9.2 Project Scope: The "Project Scope" shall mean the description of the Project in Schedule"A" hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" shall mean the sum which is the actual total cost to the City of the Work(as established in the Contract Documents, as they may be amended from time to time), including a contingency allowance for unforeseen conditions, not to exceed ten percent(10%) of the construction cost for new construction, or twenty percent(20%) of the construction cost for rehabilitation of historic buildings. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsive and responsible bidder or proposer for such Work. 1.10.1 Construction Cost Budget: The "Construction Cost Budget" shall mean the amount budgeted by the City for the Construction Cost, as set forth in Schedule "A" hereto. 1.10.2 Statement Of Probable Construction Cost: The "Statement of Probable Construction Cost" shall mean the latest approved written estimate of Construction Cost submitted by Consultant to the City, in a format approved by the Project Coordinator. For Work which bids or proposals have not been let, the Statement of Probable Construction Cost shall be the same as the Construction Cost. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process SHALL NOT be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a force majeure, the Consultant shall request a time extension from the Project Coordinator within five (5) business days of said force majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless additional services are required, and approved pursuant to Article 5 hereof. 1.12 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. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, and written amendments issued thereto), and the documents prepared by Consultant in accordance with the requirements of the Scope of Services in Schedule "A"hereto (that form the basis for which the City can receive bids for the Work included in the documents). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the invitation to bid (ITB), instructions to bidders, bid form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction [General, Supplementary, and other Conditions], Divisions 0-17, Construction Documents, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and with Contractor for performance of the Work covered in the Contract Documents. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, technical specifications, drawings, documents, and diagrams prepared by the Consultant pursuant to this Agreement, which show the locations, characters, dimensions and details of the Work to be done, and which are part of the Contract Documents. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (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 by the City Commission if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Contractor of all duties and obligations proposed by the Contract Documents. 1.19 SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.20 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, and permitting fees, etc. 1.21 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. 1.22 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 Schedule"A" hereto. 1.23 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services. Schedule B— Consultant Compensation. Schedule C— Consultant Hourly Billing Rate Schedule. Schedule D— Construction Cost Budget. Schedule E— Project Schedule. Schedule F— General Conditions of the Contract for Construction Schedule G- Insurance Requirements and Sworn Affidavits Schedule H- Best Value Amendment ARTICLE 2. BASIC SERVICES -- - — — 2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto. 2.2 The Services will be commenced upon issuance of the first Notice to Proceed which shall be issued by the Project Coordinator and counter-signed by Consultant. Subsequent Notices to Proceed shall also be issued by the Project Coordinator. A separate Notice to Proceed shall be required prior to commencement of each Task (as same are set forth in Schedule "A" hereto). 2.3 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws"). As they relate to the Services and to the Project, the Consultant agrees to comply with all such 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. 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 Coordinator) 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 sub-consultants, as well as other consultants, including, without limitation, City provided consultants(if any). 2.4 The Consultant warrants and represents to 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 City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule"A" hereto). 2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration, and Additional Services [as may be approved]), all as further described in Schedule "A" hereto; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction (attached as Schedule"F" hereto). 2.5.1 Planning Services: Consultant shall provide planning services for the Project, as required by the Contract Documents and as set forth in Task 1 of Schedule "A" hereto (entitled "Planning Services"). 2.5.2 Design Services: Consultant shall prepare Design Documents for the Project, as required by the Contract Documents and as set forth in Task 2 of Schedule"A" hereto (entitled "Design Services") 2.5.3 Bidding And Award Services: Consultant shall provide bidding and award services for the Project, as required by the Contract Documents and as set forth in Task 3 of Schedule "A" hereto (entitled "Bidding and Award . Services"). 2.5.4 Construction Administration Services: Consultant shall provide construction administration services for the Project, as required by the Contract Documents and as set forth in Task 4 of Schedule "A" hereto (entitled "Construction Administration Services"). 2.5.5 Additional Services: If required (and so approved) by the City, Consultant shall provide Additional Services, as set forth in Task 5 of Schedule "A" hereto. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: 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 of any of its officers, employees, sub-consultants, agents, and/or servants), for the accuracy and competency of its/their designs, working drawings, plans, technical specifications, or other technical documents, nor shall such approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, plans, technical specifications, or other technical documents; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City pursuant to this 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 parties (subject to approval of the Agreement by the Mayor and City Commission) (the Effective Date), and shall be in effect until all Services are completed or until the work and/or services under the Notices to Proceed in force at the end of the stated period of time have been completed and the Services accepted,whichever may be later. 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 The Services shall be performed in a manner that shall conform with the approved Project Schedule, attached to as Schedule "E" hereto. The Consultant may submit requests for an adjustment to the Project Schedule, if made necessary because of undue delays resulting from untimely review taken by the City (or other governmental 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 Coordinator 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 Coordinator may require), the Project Coordinator 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 Coordinator's approval(if granted)shall be in writing. 2.7.4 Nothing in this Section 2.7 shall prevent the City from exercising its rights to terminate the Agreement, as provided elsewhere herein. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Coordinator, 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. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all work required under the Agreement (including the work performed by sub-consultants), within the specified time period and specified cost. The Consultant shall perform the work utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of the work in the State of Florida. The Consultant is responsible for, and shall represent to City that the work conforms to City's requirements, as set forth in the Agreement. The Consultant shall be and remain liable to the City for all damages to the City caused by the ' negligent or errors or omissions in the performance of the work. In addition to Consultant's neglig t acts o erro s ss t 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 deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re- performance of any non-conforming construction services resulting from such deficient Consultant services for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, and for the period of design liability required by applicable law. The Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the work required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) 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 and its sub- consultants 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 its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, I ' unlawful acts,t , n egligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of work by sub-consultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the sub- consultant's work. 2.9.1 The Consultant shall be responsible for deficient, defective services and any resulting deficient, defective construction services 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. 2.9.2 Consultant Performance Evaluation: The Consultant is advised that a performance evaluation of the work rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.10 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 work 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. 2.11 [Intentionally Omitted] 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 issuance of the first 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 his designee (who in this case shall be the Project Coordinator). 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 Coordinator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or his designee (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 sub- consultants). 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 his designee (who shall be the Project Coordinator), 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 its employees and sub-consultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services do not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of performing of the Services, Consultant determines that work should be performed to complete the Project which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Scope of Services, Consultant shall promptly notify the Project Coordinator, in writing, and shall obtain the Project Coordinator's written consent before proceeding with such work. If Consultant proceeds with any such additional work without obtaining the prior written consent of the Project Coordinator, said work shall be deemed to be within the original Scope of Services, and deemed included as a Basic Service (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Coordinator shall not constitute authorization or approval by the City to perform such work. Performance of any such work by Consultant without the prior written consent of the Project Coordinator shall be undertaken at Consultant's sole risk and liability. 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's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under the Contract Documents or under Applicable Laws. 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 SUB-CONSULTANTS: All services provided by sub-consultants 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 sub- consultants, 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 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. The Consultant shall cause the names of sub-consultants responsible for significant portions of the Services to be inserted on the plans and specifications. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Coordinator, in writing, who shall be the City's authorized representative to coordinate, direct, and review all matters related to this Agreement and the Project during the design and construction of same (except unless otherwise expressly provided in this Agreement or the Contract Documents). The Project Coordinator 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. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the affect (or be interpreted as having the effect) of modifying or changing, (in any way) the following: a) the Scope of Services; b) the time within which Consultant is obligated to commence and complete the Services; or c) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall make available to Consultant all 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. 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 [Intentionally Omitted] 3.4 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 sub-consultants or vendors). 3.5 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 Coordinator, shall give prompt written notice thereof to the Consultant. 3.6 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. No City administrative (proprietary) approvals and/or decisions required under this Agreement shall be unreasonably conditioned, withheld, or delayed; provided, however, that the City shall at all times have the right to approve or reject any such requests for any reasonable basis. 3.7 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: 3.7.1 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. 3.7.2 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. 3.7.3 Upon written request from Consultant, the City Commission shall hear appeals from administrative decisions of the City Manager or the Project Coordinator. In such cases, the Commission's decision shall be final and binding upon all parties. 3.7.4 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.8 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. 3.8.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any sub-consultants(and any replacements). 3..8.2 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. 3.8.3 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. 3.8.4 [Intentionally Omitted] 3.8.5 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.8.6 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. 3.8.7 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). ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 ' The City has established the Construction Cost Budget for the Project, as set forth in Schedule"D", attached hereto. 4.2 Consultant shall certify and warrant to the City all estimates of Construction Cost prepared by Consultant. 4.3 Consultant shall warrant and represent to the City that its review and evaluation of the Construction Cost Budget, Statement of Probable Construction Cost, and any other cost estimates prepared (or otherwise provided) by Consultant for the Project, represent Consultant's best judgment as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 The Construction Cost Budget (as established in Schedule "D" hereto) shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure)which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such budget is exceeded, the City Commission may, at its sole and reasonable discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.5 If the lowest and best base bid exceeds the Construction Cost Budget by more than five percent (5%), the City Commission may, at its sole option and discretion, elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many Deductive Alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget; or (5) work with the Consultant to reduce the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Construction Cost Budget. In the event the City elects to reduce the Project Scope, the Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents), and provide re-bidding services, as many times as reasonably requested by the City, at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within five percent(5%)of the Construction Cost Budget. ARTICLE-5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Coordinator (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; 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 Services;required to complete the Additional q p e ices; 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 Coordinator. 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 may include, but not be limited to, the following: 5.2.1 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this Agreement(excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 [Intentionally Omitted] 5.2.4 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.5 hereof, which shall be provided at no additional cost to City). • ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and shall include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance, as specified in Schedule "B" hereto, belongs to, and shall be controlled by, the City. Any money not directed to be used by City for Reimbursable Expenses shall remain with the City (i.e. unused portions will not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses in excess of $500 must be authorized, in advance, in writing, by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and other back-up material requested by the Project Coordinator). 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." 6.2 Reimbursable Expenses may include, but not be limited to, the following: 6.2.1 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 sub-consultants, and courier, postage and handling costs between the Consultant and its sub-consultants). 6.2.2 Costs for reproduction and preparation of graphics for community workshops. 6.2.3 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Not to Exceed"fee for provision of the Services shall be XXXXXXXX, with a Reimbursable Expenses allowance of XXXXXXXX. 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 Coordinator. 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. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," 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 in Schedule "B" hereto. 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: During the Term of this Agreement, the City may, by written directive approved and executed by the City Manager, adjust the fees included in the Hourly Billing Rate Schedule in Schedule "C" hereto, to reflect the change in the Consumer Price Index (CPI) on a year to year basis. Such adjustment will be based on the cumulative change of the CPI for the Miami urban area, provided that in no event shall any the annual increase exceed three percent (3%). 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 Project Coordinator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant 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 Coordinator 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). 7.7 .2 The City shall pay Consultant within forty-five (45) calendar days from receipt and approval of an acceptable invoice by the Project Coordinator. 7.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. 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"1), 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 sub-consultants 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 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 Coordinator within thirty (30) days of completion of the Services (or within thirty (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) g) 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. g) g) 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) g) 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) 9.5 The Consultant shall bind all sub-consultants 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 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 Coordinator 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 Coordinator 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 Coordinator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents(for delivery to the Project Coordinator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Coordinator: (a) Professional Liability Insurance, in the amount of one million dollars ($1,000,000.00), per occurrence, with a maximum deductible of$150,000 per occurrence, $450,000 aggregate. Consultant shall notify the Project Coordinator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability Insurance policy. (b) Comprehensive General Liability Insurance, in the amount of one million dollars ($1,000,000.00), Single Limit Bodily Injury and Property Damage coverage, for each occurrence, which shall include products, completed operations, and contractual liability coverage. The City of Miami Beach, Florida must be named as an additional insured on this policy. (c) Worker's Compensation and Employer's Liability coverage within the statutory limits required under Florida law. 11.2 The Consultant must give the Project Coordinator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide the Project Coordinator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 Pursuant to 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 and shall investigate and defend 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 sub-consultants 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. 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 City's Capital Improvement Projects Director(the Director). The Director'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 Director, the Consultant shall present any such objections, in writing, to the City Manager. The Director and the Consultant shall 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 "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to 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 Consultant's"not to exceed"fee under this Agreement, less any amount(s) actually paid by the 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 "not to exceed amount" of Consultant's fees 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: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: XXXXXXXXXXXXX With a copy to: • Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: XXXXXXXXXXXXXX All written notices given to the Consultant from the City shall be addressed to: )000000000 00=X XXXX00000000000( )0XXX)UU(XXXX)UU( Attn: )0XXXXXXXXX All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 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. 16.2 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. 16.3 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 16.4 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. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by Federal, State, Miami-Dade County, and City laws, ordinances, and codes which may have a bearing on the Services involved in the Project. 16.5.2 Protect Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," 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. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, 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 sub-consultants 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. 16.5.2.2 The Consultant and its sub-consultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 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. 16.6 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 sub-consultants. 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. 16.7 WARRANTY: The Consultant warrants that the Services furnished to the City under this Agreement shall conform to the quality expected of and usually provided by the profession in the State of Florida applicable to the design and construction of public and commercial facilities. 16.8 NON-EXCLUSIVITY: Notwithstanding any provision of this non-exclusive Agreement, the City is not precluded from retaining or utilizing any other architect, engineer, design professional or other consultant to perform any incidental Basic Services, Additional Services, or other professional services within the contract limits defined in the Agreement. The Consultant shall have no claim against the City as a result of the City electing to retain or utilize such other architect, engineer, design professional, or other consultant to perform any such incidental Services. g) 16.9 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 sub-consultants, subject to the prior written approval of the City Manager. g) 16.10 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. 16.11 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, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 16.12 INTENT OF AGREEMENT: g) 16.12.1 The intent of the Agreement is for the Consultant to provide design 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. g) 16.12.2 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. 16.12.3 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. 16.13 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. 1 F:\atto\AGUR1AGREEMENT FORMS\A&E AGREEMENTS\A&E Agreement-NEW BOILER PLATE(Clean Version 8-2-10).doc 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: CITY CLERK MAYOR CONSULTANT: XXXXXXXXXXXXXXX Attest Signature/Secretary Signature/President Print Name Print Name I SCHEDULE A SCOPE OF SERVICES SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* $ 0.00 Design Services* $X)000()(0)( Bidding and Award Services $XXXXXXXX Construction Administration** $X)X)000XX Reimbursable Allowance*** $)0000000( Historic Preservation Board I Design Review Board (if required) $ 0.00 Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $)0XXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Coordinator. Unused portions will not be paid to the Consultant. SCHEDULE C HOURLY BILLING RATE SCHEDULE SCHEDULE D COSTRUCTION COST BUDGET SCHEDULE E PROJECT SCHEDULE SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. SCHEDULE H BEST VALUE AMENDMENT The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. L.., .. .. •aS ,tt ATTACHMENT C - CONSULTANT'S'RESPONSE TO THE RFQ = . •• . r i I • 1 35 • r 11111111111104' ' .2._ „.....--....., -.,.....- -ti4 i ; ....,.,....,-..■-■ 4 al Ili III m ft.: ' - t In 11 11 iiien"„,1 ' ,',E,I; rowelln 111 NA.- I ..- ........ ,,‘IINI ; Pt • '''r.'1'-' .1 tor le .4° ,'esaltimi. .4 rIL: 4 MIS *I.4...4 I =MI ; 4 ...._____ . 1 • it' Nfillt,WI 1111W w r,ft.t,111 iii ■." wain IBM irmaw =It , ,, affillffilITir tr.tiTt,M ._ tt 00111 PO NW Rail*.li ------111 1 4 ____ _... 'owe - - ____. - 01 2,,;',",',' •..,' CM ri51111, 'Imiq1 __. 44 I MIII!!` 'V,.1 . I , .., _,. . ...• ''""141..0 , ...... _. ____ gt' ,; 0,444 „ imet IIVIIIIT '1.4,1 a *:”....*. ...#.4..,,. ..-4,It __,_ mai ______ ht. 4;,t, <'..,.,i, 1'VIM WIWI' IN ill,1..• ,q,,4... • ,......1.,L; •.■ ° ■ ' ' . • 1 w'• I' r . ... .-...;*„...A.L.,ari;‘, .,14 "P... nifli,,,,1 • : -p"7"•41■71■-•..;.; •-------- ---- — -Ittr'''',''''':''-''t.,','Y,:''V•'l''''\.'-,''.e..l"s.W"I"r121i1"r'1"14.11.".pf!i.i.VVW-" ..k,0' ‘t- ...,,,,,?,„ , . '., e . .'e '.. • ;. ---'----- t t f... :.,,,,t1,;,orall MI!INTI:W.lii ■' •' ' ...... ....j.' • ...,------— -‘ Or.. L .'W'I:'It. 1 ---- ' --- it --,-T,„.:'„'O.C,vitm.tarn NT'41 '111 -,' '',- .'''.',, - ,•' '' ' ' . 0... -. •ts. , • .,..., - - 1 I ',-',.';‘,..,",?','7 r,jr,....,:z 7,::: 1111.'•',.:t•'4,::C:R'',,,,':t"--:';' L ''',,t - ' ,- `.• ' . . --------, ,.; • .inn %,..... Mt -- ----... t lie'4,'%/0,1:, v.; ,,.,„ :11,. A.11%4",-,A' ''.,-;',,,,t..,...s i IL', - ft.,1..'it,',,', v,,N;, ,ii .ir. ., ,iy, ., ,.. 'kW', • "..11:0. '''II""I. 'Mil'... "I "111' ..c," .. ; 10.0-....0., ...-____A_ __. ..... ,, I.,. ;..,. „, . ... , • .... , ., iirr / E1 it .- 9, I. . . , . -. ..., —. 0 41' i 41' ......r.„...t.a. -.4. e.4 ...,...., ...„,, ., ,... - ,...... . ....,...„„„...-•to. & ... ' - - -.. - -- .• -,.. 1 ...,_ 4-------- -- Vi -- ..,....,...- - - -- -- - : ' &Ai - - ...- ... ............-..- -, _-_,........-.. ,... ;"-- • .....;..,.....e.,..„. '4' , s„,. , f ., , ,,, ., , ,,,,,, ,t;,'---• - _ _ , - Proposal for ;11t.4t' ,,-; ..',,,4 .,- - '*• ' _ _--- : •,.«. • -, '. Professional Architectural Engineering Services i .i n Specialized Categories on an . 1 _ - 1 . ...- -,..„ "As-Needed-Basis' , Group B: Engineering Services (Environmental) RFQ 2014-346-YG December 2014 Proposed to . - City of Miami Beach CE5I. CB&I Env.irpfnue-ntal&infrastructure,Inc. _. . , _- -' ei.'..,-,.t..;4;",,,,is l•-:,..X. .-.:p•....r'-`',1 4:4-Pht.-4,„,- . - - 1 City of Miami Beach,Florida CB&I Environmental&infrastructure,Inc Table of Contents Tab 1 Letter of Interest Response Certification, Questionnaire & Requirements Affidavit (Appendix A) Exceptions Minimum Qualifications Requirements (Certifications and Diplomas) Tab 2 Standard Form 330— Experience and Qualifications Qualifications of Proposer Team - Resumes Qualifications of Proposing Firm — Projects Company Background Qualifications Tab 3 Approach and Methodology 1 saws. 0 a. Y .. ►.f0.`• • ice-:. ,. . ` *�,M 1y' uM i t s._/.$. f. SO el '44Nr. R < ./lm1 - - • >f!dl�!r 'I 4111* • ;- - ....an ;'r s OW gra, • -Z • � r ' _' .ic cY, N- . ■ w_ _ s Nz . W14 a 'S tP" —� 4 - . • ry •rte F. r- n, { .:1- ' -'1 1« ' . r «.._. - - 1 !w Aluiri�' -�4..i "f : • IP' E. �' ,- ' !• t �. ..�. 411 1 —. _ .M1,a.17 : • • ■ •.■ a .parr:r dy •• - �� .. 1 ,... ...__`.-,. . .. ..rst .. .......rte r ...�a.� rrt - '+.M. y N #; T - 9� ` pro+ r:.' Kkv- `F`� • a , rt a. � ,� s_ O Tab 1 - Cover Letter & Minimum Requirements Qualifications g 3. c 3 c or fl CU re o' VI z r) c 3 r) r N T .."Ll'-. .Q2002014i 1.�•.X. • .• .f,- , . •C':fir ..17 14 `....:**.r4;'.'>r • "r" ' '-,,... . -- . CB&I Environmental & Infrastructure, Inc. 2481 NW Boca Raton Blvd ' - Boca Raton, FL 33431 Tel: +1 561 391 8102 Fax: +1 561 391 9116 www.CBl.com December 2, 2014 Yusbel Gonzalez, CPPB City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Subject: Response to Request for Qualifications, RFQ 2014-346-YG Professional Architectural and Engineering Services in Specialized Categories on and "As-Needed-Basis" Group B— Engineering (Environmental) Dear Mr. Gonzalez: CB&I Environmental & Infrastructure, Inc. (CB&I) is pleased to submit a Statement of Qualifications for the above referenced proposal in Group B — Engineering in the specialized category of Environmental. CB&I can provide a full range of general environmental services, including, but not limited to, environmental and coastal permitting, environmental assessments, biological surveys of natural and artificial resources, dune planting and management, sustainability planning, and contamination assessments. Our coastal engineers, biologists, surveyors, coastal geologists, and contamination specialists are conveniently located in Miami Lakes and Boca Raton and have previously assisted the City with similar services. CB&I offers full environmental permitting services for both coastal construction projects and contamination assessment projects. We have been offering these services for over 20 years in southeast Florida. We regularly coordinate with the FDEP, USACE, USFWS, NOAA-NMFS, SFWMD, and Miami-Dade DERM, and have developed strong working relationships with agency staff over the years. Our biologists are trained and experienced in NEPA, including preparation of Environmental Impact Statements and Environmental Assessments. We routinely assist the USACE with ESA Section 7 Consultation with USFWS and NMFS, often preparing Biological Assessments to assess impacts to listed species and critical habitat. Our biologists also complete Essential Fish Habitat assessments in support of the Magnuson-Stevens Fishery Conservation and Management Act when required by NMFS for projects which may impact reef or seagrass habitats. When impacts to resources are unavoidable, we are experienced in conducting Uniform Mitigation Assessment Methodology (UMAM) assessments to calculate appropriate mitigation. We understand that the City has funding to address seawalls and revetments on Lagorce Island, Lincoln Road, Indian Beach Park and Indian Creek Greenway. We are very familiar the challenges posed by the number and type of seawalls within the City, and have the experience needed to address these challenges. Our coastal engineers developed the 2003 City of Miami Beach Preliminary Inspection Report on Seawall and Outfall Conditions. We inspected 99 individual sites around the city, documented the condition and type of the shoreline protection, ranked them in terms of critical need, and provided individual recommendations for each site. We understand the local, County, State, and Federal permitting required to address this critical infrastructure, with specific experience having C913 designed, permitted and provided construction oversight of the 69th Street Bulkhead and Dock Repair (behind Fire Station No. 4.). CB&I has performed scores of Contamination Assessment projects throughout Florida, including Miami- Dade County, for both municipal and commercial clients. We have a team of industry experts experienced in successful completion of Site Assessments, Remedial Action Plans, Engineering Control Plans, Institutional Controls/Restrictive Covenants, Compliance Auditing, Source Removals, in situ Remediation, and Emergency Response Services. All our work is completed in accordance with Chapter 24 of the Miami-Dade Code of Ordinances, the Florida Administrative Code, the Florida Statutes, and the Code of Federal Regulations. We have been completing Contamination Assessments and Remediation Projects for FDOT 6 in South Florida since 2008. Our principal work with FDOT has been to identify, handle, assess, and remediate hazardous and non-hazardous materials on State roadways or any situation that presents an immediate threat to the environment or citizens. CB&I can provide the City with a full range of surveying capabilities, including biological, topographic and hydrographic surveying, as well as remote sensing. Our biologists routinely conduct benthic resource surveys, including characterization of seagrass, hardbottom, coral reef and artificial reef habitats. We have experience assessing seawalls and coastal structures to locate, identify and transplant corals prior to rehabilitation or replacement projects. CB&I biologists also investigate potential project impact areas to determine the presence of any listed species to assist with NMFS and USFWS consultation. CB&I has extensive topographic and hydrographic surveying capabilities, and we are currently under contract with Miami-Dade County to provide beach profile surveys. CB&I's surveying capabilities extend landward as well; we are also submitting a proposal for the Land Surveying Services contract, which provides details our capabilities specific to that work. Our remote sensing work includes completion of offshore LIDAR surveys for Miami-Dade, Broward and Palm Beach Counties in 2002, and again in Broward County in 2008. Recently, we assisted the USACE with filtering and reducing LIDAR data around the Gulf and Atlantic coasts. CB&I is an organizational member of the American Academy of Underwater Sciences (AAUS). Our team of divers (biologists, engineers, surveyors and geologists) is highly skilled and specifically trained in scientific data collection. Membership in AAUS requires meticulous record keeping and adherence to the highest level of safe diving practices. We maintain a company specific dive safety manual and are led by our dive safety officer and diving control board. CB&I's service lines are integrated through our GIS databases. This allows project managers to quickly visualize data that other sectors have collected. It is also a convenient way to disseminate information and provide data to our clients. We routinely provide interactive GIS deliverables that allow clients and regulatory agency staff to access maps, benthic resource data, photo and video documentation, and monitoring reports in a single product. We have assisted Florida and Louisiana in developing databases and data collection standards for sand resources (ROSS and LASARD respectively). Our management team will include personnel from several disciplines to provide an integrated approach. Gordon Thomson will act as the Program Manager for the City and project manager for coastal and civil engineering related items. Stacy Buck will manage environmental and permitting services. Jason Whitman will be the project manager for contamination related activities. Michael Lowiec will lead surveying efforts. They will be supported by a combined staff of over 85 professionals in the Miami Lakes and Boca Raton offices. CB&I has an additional 500+ staff in Florida with experience in various aspects of environmental, engineering and permitting expertise. We also have access to approximately 50,000 other CB&I staff throughout the country that cover a wide variety of services. CB&I's Management System (CMS) is a thorough QA/QC process that extends from initial response to an RFQ through completion and close-out of a project. This system is in place to facilitate development of an accurate and detailed scope of services, including project timeline and budget. For example, CB&I constructed the largest ever design-build project issued by the U.S. Army Corps of Engineers, the Inner Harbor Navigation Canal Storm Surge Barrier ($1.2B) on time and within budget largely due to CMS. The professional scientists and engineers at CB&I are qualified and ready to perform the services required for the City of Miami Beach. Our extensive experience in providing a full array of environmental services throughout Florida's coastal communities makes us a perfect fit for the City's needs. We look forward to the opportunity to work with you. Please call me if you have any questions. Sincerely, krf/ev\-6-1 G don Thomson, PE, D.CE. CB&I Environmental & Infrastructure, Inc. Please Reply To: Gordon Thomson Phone: 561.361.3147 E-Mail Address: Gordon.Thomson ci cbi.com F:\Marketing\_Proposals\Florida Counties\Miami Dade\Miami Beach 2014\Environmental\Tab 1 Cover Letter and Minimum Requirements\Proposal Letter-CMB-Environmental Services_20141121.docx APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 700 Convention Center Drive Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact Tel: Email: Yusbel Gonzalez 305.673.7000, Ext. 6230 vusbelgonzalez a(�miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME:CB&I Environmental & Infrastructure, Inc. No of Years in Business:29 No of Years in Business Locally: No of Employees:85 29 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Shaw Environmental,Inc.,Coastal Planning&Engineering,Inc. FIRM PRIMARY ADDRESS(HEADQUARTERS):4171 Essen Lane CITY:Baton Rouge STATE:Louisiana ZIP CODE:70809 TELEPHONE NO.:225.932.2500 TOLL FREE NO.: N/A FAx No.: 561.391.9116 FIRM LOCAL ADDRESS:2481 NW Boca Raton Blvd. CITY:Boca Raton STATE:Florida ZIP CODE:33431 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Gordon Thomson ACCOUNT REP TELEPHONE NO.:561.391.8102 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: gordon.thomson@cbi.com FEDERAL TAX IDENTIFICATION NO.: 77-058-9932 The City reserves the right to seek 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. RFQ 2014-346-YG Appendix A— Page 1 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposals 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 Proposals must disclose,in their Statement of Qualifications,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 Proposals 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: Proposals 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. Proposals 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. 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 ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposals 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. Proposals 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 Statement of Qualifications,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. 5. 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 Division 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 submit firm's 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 www.miamibeachfl.gov/procurement/. 6. ...• _:..e• - •- '=-- -- - - - • - -- -• - - - -•• • - - •-•:, --- shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012 13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI U)Miami/Ft.Lauderdale, issued by the U.S. Department of Labor's resolution, elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is RFQ 2014-346-YG Appendix A — Page 2 SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of cxccuting this affidavit documcnt, Proposer agrccG 7. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses onto spouses of employees? * x YES NO see exceptions in Statement of Qualifications B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? *see exceptions in Statement of * x YES NO Qualifications C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other 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 receive paid sick Employees with Employees with Provide Benefit leave if they are sick. There Spouses Domestic Partners is no paid sick leave to care Health x **x for sick family members. Sick Leave *x ***c ** See exception in Family Medical Leave ***x Statement of Qualifications Bereavement Leave x ***x ***Not for domestic partners of employees If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 8. 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, Statement of Qualifications,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: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. RFQ 2014-346-YG Appendix A — Page 3 9. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals 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 addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Rem'.t Rec-;:•, Receipt ,AAM Addendum 1 WA* Addendum 6 Addendum 11 Addendum 2 %; Addendum 7 Addendum 12 Addendum 3 la%lr` Addendum 8 Addendum 13 , ■ Addendum 4 " Addendum 9 Addendum 14 Addendum 5 Addendum 10 _ Addendum 15 If additio al confirmation of addendum is required,submit under separate cover. • RFQ 2014-346-YG Appendix A—Page 4 • DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2014-346-YG Appendix A— Page 5 PROPOSER CERTIFICATION' I hereby certify that:I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this — . solicitation,-all attachments,-exhibits and appendices-and-the-contents-of any Addenda-released hereto,and the Disclosure- --and Disclaimer Statement; proposer agrees to be bound to any and all specifications,terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; 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; 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; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Res uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Gordon Thomson, ' Director Signature of Proposer' 'I orized Representative: Date: 12/1/2014 1 State of FLORIDA ) On this I day of DfiferliTr,2014,personally appeared before meCiordon`tt+crosdt who County of P Lto beach ) stated that (s)he is the brec-br - of C P�o.r ,a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: �_ a�>✓�Q`�f�.CCUALAr Nota ry Public for the State of Florida My Commission Expires: Ti l9/Zo t g • Notary Public State of Florida `r; Trade H McCauley My Commission FF 139813 1140 a pd' Expires 09/19/2018 • RFQ 2014-346-YG Appendix A— Page 6 City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc Exceptions Engineering Services: Within three business days from receipt of a Task Order or Work Order, Consultant shall have the — - option to decline any such Task Order or Work Order without penalty or being in breach of Contract by notifying the City in writing of its decision to do so. Contamination Assessment Services & Underground Utility Services: The City will provide Consultant with all relevant information available to it concerning the site for which Services are requested, including, without limitation, any hazards that may be present, summaries and assessments of the site's past and present compliance status, and the status of any filed or pending judicial or administrative action concerning the site. Consultant will not take title to waste, be characterized as a generator of waste, sign manifest, or be an arranger for transportation of hazardous waste. If Consultant must subcontract for the transportation, treatment, storage or disposal of waste, it is mutually understood that Subconsultant is acting as the City's agent. To Domestic Partner Coverage: While domestic partners are not considered an eligible dependent under the CB&I Benefit Plans, an addendum and/or exception can be made outside of CB&I's benefit coverage policy to offer benefits equally to all employees with legal spouses and employees with domestic partners, and to the spouses and domestic partners of such employees as applicable to the employees identified in our proposal that may work on any projects for the City of Miami Beach resulting from an Agreement awarded to CB&I in response to CB&I's response to the City's RFQ 2014-346-YG for Architectural & Engineering Services in Various Categories on an "As-Needed-Basis". Appendix E, Insurance Requirements. We cannot list the City as an additional insured on our professional liability policy. 1.3 Minimum Qualifications Requirements Z '. -= M•..., „..... , (r ‹? il es 1.4 O LEL Cit _--farsr "Zi _ Qi .- ■ YINIrt li ..-7 0 V1 �_ 1"x"1 ® II N4 r�' C1,a� •$1•111 ilt.* ELI 4.! (I ter., 4 {�� Amt . ' 'Fis•-•1,-', 4"11',. p,-,,p;,.,. 4.0,,, ' J■ qtr * S �. M • }] 11.:„:,,,,* --.. ...., A' ;. "in -,i,--i-L f,.ri,,,,,s , ,,,L j 1 {I'-1 r - ' - i rti t�f) r �.1 �' i: '� f t�i!�*11;5 1-'w ;'ti- y �' �,, i �' 1 gy qy� •R `VJ ,�1�`7��' f : ' ----" ,.-". ..'1.0-;..---- -.; -.)''-- I r.,. -, - : ,L * 0 . ... t..-, , ,r,- ....."iqj .,.. ,., ,.''.� , , . kOlik ii, \••=..•.'• ,r''' ,, , , ' -.i r 1 i +►'O !7 \ li!'4J ' T err-. - I N ~ 1 , (11 ,,,...,, ,4,,..,;;;,...z.i...0 -4 - i, 1 , _ -4, L7- ,...41'.i■I I , '4'' - - alliff}:- ° •2'' O ' CC3 sa o• M M . 11.11111) Pal a—0) N fr:l DO N Cif) 00 4.) N N . • � N;4 'It , N 8 8 - _--�__ ... .. .- 4.w..._:- __ _ _ yLS:'sT.:; ti• 4., State of Florida ',. Board of Professional Engineers 4.. 2639 North Monroe Street,Suite B-112 '. Tallahassee, FL 32303-5268 CE&I Environmental& Infrastructure, Inc. 4171 ESSEN LANE BATON ROUGE, LA 70809 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original,a certified copy,or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face,or because the genuineness of the document is uncertain,or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license,a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date, please call (850)521-0500,or write, Florida Board of Professional Engineers, 2639 North Monroe Street,Suite B-112,Tallahassee,FL 32303-5268 or e-mail: board @fbpe.org. Our website address is http://www.fbpe.org. Stat ' r §44 rida Boa efi?ri 'i _ } :J, • - tiests,t t ,` h' i CB&I ; ;� o: � z ' cIiii:r t re, In.pi 1 .y 1 '� 11 FLOUH)A BQARhOF q "�.,x�. rROFrssmivti.r rrdw rKs is authorized under the provisi: s, . o..'3; ', c 4,2 ,' op 's, to offer engineering services t to the public through a Professi.`r,,:1 7 `.. -,..-,35:'.t „..ih9ileil.ir.dew 'ho ter 471, Florida Statutes. Expiration: 2/28/2017 ' ... -„Z f ; -'t' , CA Lic. No: I Audit No: 228201703723 WE 9317 I ■ E x w mommil Z =. CD R O = y r.) N.) C1. (I) N N 00 00 0 Co CO) (IL U.) Cd co'r 0 0 0 PhD t� =I CA 0. rmat ri& O 0 (ID = o O -r, k.---' .� ._ _N, -t ,. :.- > '1711`) ° CD CD _r.r MI, •CiD T{ milmral! CA C _ I cn �. .. 0 -* n = :7-% CZ =I. =" cb •,-= --Z hoof ry---, rn 3 .. )11111 rri 0.....A 0.- 0 O = -0 a = -.• . 0 v CD_it )m" • IPtilt ni CA -r1 . 0 -t c1.1114 0 _v o Mr+ w • C 0 Ca �r�Q'7. ^4,44..,- .. A,, , /�y d �� h.r I�� 'r ,40,, , ,y,i:::, �� 111 ��1� y�l \ \ % • ri, 1 ,,,,, i,. I, ,\ ,. , . 1-- # C�dI�GR'' q \ \ ,N. ` 0 toy' 1 . k , \ ,--. trt or" i' •i tt ■ ‘.,. - \ . \ k ,,,:,. i. ., • 1 , • 7.,1-, c c,, t • t H vrt \- \(-. i 1 t\ i., ;,4 ! \‘ ts, \ 0.,'..k 5- • I , s.. P \ , ,. .... 4icitt4 k . - . - e 1 • cl .\ ' ,: '‘• i. \I , ;:f''; k, a°, ,i---1 zi) # . a ,N ar, • I [ - ' t , ,„::, . k r p ,i ,,, \ NI , . F :...,,2 rk,. ' • k P . t , \ ° '1661 aunt LPL •1Crrsaantun aqa oa .KaPaaaoes aog , i,1 •auamnoop 1pui r o aua go uozaElsupaa aoalloo p paTgTaaa0 1paS AapaeaoaS amo' uTaapw sanouoH . orq, uoTSTATU 'ssp10 puooa5 1Crinopd atla go tree(' zonpN r cc2o1oa0 ( Ipdzourta pup ) (z0llaoupg0-90in) 1.11zmS D a '0661 av '1Clnr go JCpp gauanaiH aqa uo g2.nquipa ap saanapu9zs ano pappp pup lees uourmoo s,1CaT S.Ianzun eqa pegopaae aA q am 'sTqa oa. aouapaao taapaa2 an T2 oZ aouazoS go saoIatlopg oa. asla eaelli Lup .to a.zatj paau& r2 ku euzou sanouoq pup suoipdmaxa 'sa2aiTAT1d aul Ztp q ri lag2a2o1 'aouazoS go aoragopq go aai ap a auzp� o sp 'aouaio oa 2uTap as s oaC ns uz pnoaddp 2uiuTE2 as p u P q q S 1 � .q � 'Ha qdurep zuommq aiuo'l ZION avg2 auaumoop sTga icq 4Zasea oa Lisp 'snozmappov snasuag alp. go gregaq uo '4Capaaaoas aip pup 'aouazoS go 1Calnopa aqa go upec atja 't12znquZp2 go .KkTsaaATun aria go aollaoupgD-aozn pup IpdzouTaa atla 'am ZN3WHOIV'd 32 OaU SDN3IOS 3O 11013HOVS 3H1 3O NOIJXISNV 1 HSI'IONa �\\, N J cI`y v_v ii!�,, ,v 0 Tf. ;' -./741441110-5 `11-:1AIN\, • C K eat 0 n oo = y N N 4.D N N 00 00 Q (1/1) NJ o Cl) c,n O rit v cr) —11 C:0 O = p p.1) ...1 CD 0 ciii co) 3 8... rtrh _.... 0 s o 0 to --P o mmt a u p '///VVVwww��'• I 0.146% 4 p 0.. 0 = of rh MI-mumi 0 cr et — _ CFQ —, . C) .4. -0 cD Imilt v rD ... _it Fm•ii • M cA 0 . P I.lel 0 74c,) P c z � P y LY1id OZ:Zt:ZI t'IOZ/t7Z/I 111L139DH(IILI386Z3.33DIS9ZZD3V6310=Pt'B=QISi,dse•irv;aQasuaorituoo•asuaatiepuoipctu.nvmnn//:sdpq ueo goigM ssaJppe pewa ue gaIM auawi_iedaa aqa ap!AoJd aseald 'ssaippe leuosJad e Aiddns oa gsiM aou op noA jI •Riooa,opgnd ale sassaippe pewa JanaMOH •aasuaD!I al-11 gaits uogeo!unwwoo 12p1340 Joj pasn aq Aew papinoJd spewa aql•auo aneq Aaga 4!ssaippe pewa ue gains auawaiedad aya ap!no1d asnw•S•d 'SSb Jaadeqj.iapun pasuaoq saasuaoH 'Zion'T Jago400 aniaoa44a 'saanleiS epu013'(T)SLZ•SSb uoiaoa5 oa auensJnd* 'S6{T•L8b•0S8 aoeauoo aseald 'suopsanb Aue aneq noA 41 •pew leuogipeJa Aq Jo auoqd Aq aoi44o aqi aoeauoo 'peaasui •Aaiaua sign oa view oiuoaaoala puss aou op'asanbai sp.iooai-opgnd a oa asuodsaJ ui pasealaJ ssaJppe liewa JnoA aueM aou op noA 41•spooa.i opgnd aJe sassa.ippe ewe'Mei epuo13 Japun luawate;s •epuJold JO aleIS OYOZ-LOOZ;4bUAOOD•JaAoldwe 033/VV ue si eppold 4o oasis al-11 S6EI•L8t OSS :JaauaD peauoJ Jawolsnj peluop aawolsn3 66£Z£id aassegellel 'laa.gs ao.Juow 41-10N Ot6T IUleldwo3 asuaDn Mai/ uogew.toJul aSUaDl'1 palelaa MaI f UipaaD asanoD 9.103 apoD 6ulplln8 suogeD311enb aAlpaJJ3 uogeapjilenb IePadS STOZ/8Z/Z0 :sa.l!dx3 S66T/IT/L0 :area aJnsuao!l aAIPV'IuaaanD :sme4s 59£6ti :JagwnN asuao!1 aaau!6u3 Aid > aaaui6u3 Ieuo!ssa;oad asuao!l uopewaojui asua311 :uo!jeooiasueo!l :6uweN asuao!1 3ava :Alunop ti£T££ eplaoHH S3191/911/1103 an19 snswnioa OTZT :ssaJppy uieW (aweN vsa) 4DJeas 1S1-1 (aweN Aaewiad) IN3)1 Nvn21Oa 'S3a1vA :aweN /!Alloy 1g ao!onuI uonewao;ui aasua3ll �uanbu!!aa 1'89b' lu!e!dwoj a @!!d siie4aa aasuaaii uonewJooui Wex3 pu!d smels uopeo!!rid y Ma!n asuaon e .IOj Addy aasuaon a Joj yo.ieas 1710Z/I'Z/11 INd£l:ltr ZL S ] 3IAI3S 3NI1No ldea uoiuer5aj - ieucissajoid Sau!Sng = Pp:SOH JaaU►2u3 jeUO!ssaJoJd `S3Q'IVA . 1 4.71 -0-00.-io ......_ ilg -c 4 , 1 iftr -;'4. 4)./e7, iii 4-al.,...., -10* ..: ::: it i ., . '' Tit -.. t1/4 -, ,,, , 11140wie ir . ,ii,je .,....014 pr ..,..t,' :,7:, 4:IJ-1,!' -'% ' ' .:' ' . ' ,....m.,.. 4,;;=,' ,,i -:44bic..*: -dr .__ `61114U1W I 6 4,441,1444rtutt Ain ;4) 041 411.1 in.46 ,,Alatt qitr 4,)14ztrintif ime ;lip AI ili Ir U:!. 'glint jtE111 AI j lila qiim qviqunit impil giTiromilliii Jos, tilirt ako ko .rito _ _ Al 4111 in auto ii, ;021 lug I incip:Ir3, tiitto4,- Irl1vattio3: 117, tut-alio -6uuwa4lii _OrLISJ-(1 $rip 4 samillsuuticti, 41.3-.0. *416;1 -1,1A - - 444iirtm- - 1 'cii'' Iii. ' i 40 1-11'4' ip1 4,4- , 1441-jbol 1111:3134 JO Ja1343rtg . 10 4,44-41z qi rpi441. 11.1qtrtia ilan4--, . _ itorin q,-,1:4).4041_: sivil 1 onotti:34w1+1, QUIZ ,aluatlifil la Lnali_o:Di ..: iv ixt 1411:0A1 4-1-4- jo ti_mtvo-141-4-owtai tarin ininoac-1 lip/04 jig w Atli 0.4411 ;ti ,,, !q) 1t..,1„0440111.E1111 4444,4414 ikli s-4Jistul),fix 0,1troti lin Firlik __...., ,, ._ LI. _ 1 ; - ' ry: r. ,, r....,.- _ . t. j , . • • .,I ', . i '1'' `: ' kat n: i ''' ' 1::, -7:'''-' '--- ':.' , : ie'..- • : = _ s - ,! %).— i I.1L, --- - ----- - - -- -- - - - - i . . t. •• _....A._ - , . .. .. ._,. : ,•. _ timir ,.... _ .....* ... ...g .= MUM 01E4'• , 4...-.ii M. , Cr+ ''''Thp al W... ta. ..0t )1417111Pat 11-* M11!1.i OIL !1-._ ,MO., :::IMIIMID M.. rillia- ' eri•-s, in raw --...;. 1„-_-...... ..,,,i, ,irJr. r.r... lams.i'M ,,e1"r14,. l'i ) -Fir i........, 0WIll-A 11■•-•- LF 4." 1, ....., ,• 4-1 - -,_ ,---, Fil M. ii•lilliiiiiiiilikN„, , • RI, _.. .,-, ---:- i'4%, 4-4, ...i. ......4. For i.,,d_ ,-. Lt 4A o■tu re% ilk,* , _.., ,. _ • :. 4,...... ..,.. . ,. . , . _._., ,,._• . .. _ ._, 1 0 .,_ ,•. TA it i.,4- , r i41. W.. ', 1? : '" qi!.. "Ig :i'it r. r - ,.. . - ■ M.I., IN, tia ='. . , • 1 - '., • - Oli 01 fige MI5' 'ft ii==..9. S' '-:ii* - - 1 '' ' ''..:' :'"r■-t_ -10 r Zei ". * /FT - !. , ,.., Q =if P9 'Mr :1St ...i r.r.,4... • =-7, 00 ItSilt*j- — )‘77 1=1 117 (61 th .. ,_ +ft i 1 Mo • -'- 0%7..4. —-,1— '--,■PC: • .. 't - -1 '.1 ., 7 ,,,:. . .,11 .1..1 ria ,roi :-..--- .r.__..., ,,, , 4..* Mar !..". ,1$1.- , 1111.1.14.116'-- • k , -1 J ,..:' . "" 4' . _ ., , . --. IS, ft' -Irp tst-imil,0,. 4°11"1111'46 .ik_r r5 •,g- . wil, _.. mmi , .....-.4 .,....— -4...-a joit, ; I 4 .F.,,,, 1721 •aw 0 1 1"' 7-1.11 ,.. 1(1111- 'PS Mb 844, A.-mem 'Ft in 1040. 01- 4 iiia-k* . am WI trzi, '111Maiiiiiir' ' - IIMI. 45 1111111.110'- = '-'glI ..,j ...W MI MI .., , i Wil 'IPS- ,-, ---41111.411* '410...1.10 11.P 1 ,Naj , ii , sari. 41.0 '". • :i■.1, l'4' --• _ . ..,.., . .. ridaropi.inimpo 4614111.LIPH' i ,,- .1: 2: g lea i. 1 , ir K. 1 ,,, ...0 Er- i '-'w lit. 1, . =to tt ...• - "'A ime_ .... 7.,,, 131 4 � vi PO l = I 13: 5 ; '1 ':v. a a ti ,..tc 44.6 .:-..4 p... rut- a: 4"„amr, e.m.4 4.....,„ i la =but .t.. tv 4-1 ,:. .7* 1 -ad = ;I, = 1 g co tRtsA. el,v,„ = . ,..9 tta ty = ra. a .- I "t vet E- tt ...4 ii ab 4- 5 ei r$ 0% g*. fg a . '/ t = 1 7 a to g wok* 47 E t$4 1 tiktd Olt el n rtja 2. Fow *I ei rkej eial 13-'4. 0, Q ;a i.t 3 irst ta t;ii - ..** ..g a a. # Nirt •wq tR.r',' -4; ty itari,„w- a g: .... fa ta 11/4 i 4- fr: I 4:4 its to 04 05 6z04 . i:,., ty tr. *k,'"). 9., .... ...., at, tz a s* 9- 2 ti4 = 1 "t i X '1.....1... 4 I R. 1 . ti.,,, - -, l›.) r, 4„., art 'X a = 0•44 cm in r >4 tle Pit a. 2- -'4, til. *et = a 41), ii.[H._ tv, 14 03 1 tv4 0 ow* Sr a. I . . 40=0,,,?.. , ;*, 14 .E -E trt . •4......p.= c, rt... .. ci, = rt, 4,51 371 ta . g' 1::;■ la 1 g a lAe 0 , = ,g = .a til = 1 1 ,As = 04 , trit ..... I:4 ,.., Vamt" it 4 4.-+ 1-4 . Jt4"4 il.' ant mt4 :A IccF tit ta t: Lm 00 w j 34 1-t AZ it jt ,, o 'ZI .04--frf,..- ti7t en■ t> 4-4 t4 k' -itt 0, tzt tri -4-,_._,g prt, vti 444 g -,_N,_.----- 1:4 ,..=-1:4 i •.... 4e "4g Q = 9 4) a' sa,t-- t:t "E g :4- eta \`1 lvrF \\.. ti) 4,-. t tsk git i r1,1111 .. — N\L..:,.:_ 1....,i___,.<-,:ti L . l • . ,. , . . , '4, ,/,-;--- _ _ _. . -_ i j ;mph 4 .. '4 . (......-. : f ,-, \ .. s.;. , 7 ,:it, ..,--- 7( — : 4 \% J t s., i ,, t )% 1 I • : ' ) llr'i411.::--f:::' . ((51:I) 1 N -I1 1 ,1-- L-\ 1 \"gs 4 I ., , ,rm. 1 I . ) ,,,_ ..„...,_ .„.„..„., . . (...7 PM .0) E, : 4'. tiltelL ( 1 ' ) 4 i ' ,Nrri,4-, , 3 P. ;.,a. ,,,.,,,, _ , 1 4 1 4 1 .1 _ ( ,, „ _„ , ,,,S i-,ittC- z t °. s r 4 - ,,,,,,c,.._.,‘, -,: .:, ,,,,,„„.dzir\ .v,,,,r4i.. .,,,,,,,,.i . N.,,,y4s>. ...,Y= � ,,,=„v„ ifm, ( ......, 7( 1 61 Ly , 7T,77.r,,, ( t.---.4 .1,4o. ,.4!:-/, ..:-21-,--i, , . N W/ *N -4446.1*',..,,..„ -, .._.,,,%Ti. .-&-, ,-1.-• - klr 1 4 i / :t-iiti:- ict 'k' --:L=',-:''• ''''''f•'-'-• • [ M. )4.4::' — _.--,..„1".+,„s: ,: . !,, 7,st,7:‘,,zk ,.),:t„..f ie.r.:;.:,,, ( 7 i +.4.4-. 1 A 1 .i,. 3 \ J L t h9 .JA 1iY' L .. l•p V i 4 r, : + {4 _ __,) r ,,,, ,,_.c. .1_ .0.,,*-:.:::44, _4'-'t.:„. n r .1_, 7 i t,_,..k.. 1 yak. a.c, V 1( . ,,iioiost,,,. ,,r: ) ,.:14‘'','",::411' CY 7)\ ( kr. ,.) \4_61"*. (( 1) 2)& ' i..• ) - AA1J r C'''"..,--' -N-0.'-.. ilr:„-,,-i', d- ( 1 0 4 (A ' ‘ 1 ' t,') .4 ''''''. (t V 07 q ..... i.4 ,,,..,,,,,„ -:___ ,..,,,,,#,Ir-7.,,,-;:,,,,,,,,,. .:.:,:,,, ,,,,,, „( 40•0'-: '`\:'-\, \ .f- s 1 ,1 , (*.lij ,\,. N, '7',7:,,,;-'''':7:1; '67- '1 °\\\ „,... _. iii ,, ,,,_,„„9„ii ,„,„,„ g Y.a_ , li 1 Z 0 . ¢ - Q z � 0 w ¢ w. c_i I E—. ,e,)- w. . c.) Q O w w H 3 4 p 0 p w Z ° L w 6.....) L_1 i.0.r--.7.1 8 ,., [41 cw cry w <5 x z' Q 1-4 44 Qz V � w 0 I z O w < 0 < U 'W -1 cn H. w "1 w at, � goti p p pl.1.4.1 rx) w cip > 1/4:d (17) r 1 U < s) LIM 4.4 • (:;,„,,,..,.:„ _____ift, ::,,,,,. __II._ s..r., al., ›., c.) ((,,,,_:,,.f. ,11 ,. ,,, , 2 r:4 ' ° CI) F-4- - ,. ,,,, i E,:cp. ..,,., :' 0 [--4 . 1-4 t ...J 6 .1.4 Li... , e„,,\. .t,, _ , ,y,,, ,..4 O O • �, ¢ Q p w • O 52N. c:4 U H W H Lo ¢ 6 o w p w W U x . Q w F-1,4') P4 ¢ H x z i a x Q p °-' �' v0 rxi LL [—I • Z w w O it Ao O O x w • Li. Ea o (11.0) F. 1--d N o O....1 NI 4.1 O .4 i E.-- W W x gg irr lb S %� ast OVIP V.V. r a +1 .44 i ftwimorr 46 4..9 Imor Q �� ; a. m i� 0 t ° chi—4/1 O — V = = ft: = . 2; Zit =5 Ei sk: r. An it.e....A it: iii, ,i Sr t... a co--E--• —.00.10 q = tz = iria IS1 ,,c4I s.■.r Ca M %se ••••• 01:1 en 4.. ra . A., L CIO Ili tgt RS r" ar it 6r + ;$ •4.. Ql .0 .= s 44 y.• •�•+ ... ti=p,.. :yr ai iii&S Aa 111 . = .=IN •I■4 '"-I in ja fritio CO3 t = frs , 0+1.4 = = % .19 i 4.% 4"= ra Q t., t co ar M 0 "-I 44, iiir ur L. .. ""... ..= tal az a 1 • dic'.:Ni i O d Ail �, gir .= Ask 4" int af w t~ ......... a „..,..p...., , . .;._. g _ ( 1 4 \t u CO u ariale7M 3‘ 1.4 tl, 114 4 44., -1-0 ( 1% 4.4 t:11 114 A* Z It C\L. %,'N'___._Ai 1i. 4 Nigan0 t4-4 ti e izi 114. t =6,n tt $.t. Z Z E Tris.cwitT4 -tea .1 + t = a tn ..1.4 z c4 z'—:,,„ii ''''Ar-—21 5 $.4 Z VI 74 Z '"'''t . 4 ..,,,,,I, 7 t inCIN (. 4wow 04 4 4.6 4-I tie ttk f• \c) TO --'41 "=,,,,,,..9,,4 ' 'r VI r,..k t4 t4 '-a 4 ...=" :..z- = . - ,A....- --v„,-",...„\,4 tlzunr-z,;;00)T ,="' M /t4 C4 %-e E tl, .4.4N 4A=i 7 :,--:-;;;;;,—I:I I i 1 1,,-;_, k.) , ( ' 444 a= '1.-4 g j ts4 o �..� r+ .mot '� j- �� �� � .,,tist, td Z _t ..Z." iz _ 4,,,=‘, =-A, el -4-4 "A5 it ett ttg) =it 4-1- -1-1 tnC a ikrzzgrg, t we.t: 5 tt = � a czl t' rile +�"� -1-t d� *E.0 4.4474 At4 14 tim __...,las -trvzi 7■40 4.4 14 k,,t, -1=. 401\. "E1 ' ..4. It 1:4 -4-4 t Z A -LI 4 iffa=ttp, ,.z.--. W +0. +4..a Mi. cmgrar 1%. t-ii "" -4-4. 6.7) = , i i\r '4 ''t'• tli I; ) Ith.). . wY 4 �, STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS (850) 487-1395 "4' 'RR°' 1940 NORTH MONROE STREET CAD TALLAHASSEE FL 32399-0783 WHITMAN, JASON LANE 1822 NW 112 TERRACE CORAL SPRINGS FL 33071 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and _ Professional Regulation. Our professionals and businesses range (,'�° �;. STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, • •8 DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to PG2379 ISSUED: 05/06/2014 serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more information PROFESSIONAL GEOLOGIST about our divisions and the regulations that impact you,subscribe WHITMAN,JASON LANE to department newsletters and learn more about the Department's initiatives. Our mission at the Department is:License Efficiently,Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS LICENSED under the provisions of Ch.492 FS. and congratulations on your new license! Expiration date: JUL 31.2016 L1405060001653 DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION c ct sr , BOARD OF PROFESSIONAL GEOLOGISTS &. LICENSE NUMBER PG2379 r'Br':"5 Ss•- The PROFESSIONAL GEOLOGIST Named below IS LICENSED con Under the provisions of Chapter 492 FS. Expiration date: JUL 31, 2016 C1 WHITMAN, JASON LANE 5" . �.� ' i . "f. 1822 NW 112 TERRACE CORAL SPRINGS FL 33071 r 1.4 _1:111 I • ❑ TrY ISSUED: 05/06/2014 DISPLAY AS REQUIRED BY LAW SEQ# L1405060001653 i 48 } 11 1 Ir �} O \\ tl � ;� Raf, t , g li '441 tt li li i, ° , , , .,.... ,... ., ,.) . .. gig ,11 t _,..., '''' ''‘ > co t#421 95 C) 41 Tim; sie col 0 4.31 "4' o I* f E Z °eal +ma 144Z illmJ U e imli .ee. ""It °4 44 .''..'.';'' ; .zi te.. .. o fd73 it , „,„ U co 0 !®1 • 1-4 „Ls 44 4 t 0 ft.:4 wit .z o 1.12 co) 0 ois,04 01,4 en N r, LT4 Ta :itt;ii■a 0 qa tt 4 ce) cts 0.1 tt ct 0.,,t1t.tzt = ct t4 linai ® q v U 0 as 0 v col c c.4 tu Cog 0 cn %in t 44 , . r,.1,49.',0, 1`7,-,1 `.°: ,- To 44 to) . 1 ;A v..Z tu ctio) -..'.%'?": ''• '. ..'''kti '' -,,,t, ,.,:94.. .,„,..4f''''-. '�I T{ ,-,IgiN .,r7. -',, .-;J H . dt!„,. . 4\''' ' WI 1 ,Y'. I C9 O N Ln ct C/) W..7. Cd O Yffiri f-j- 9 romill r-. ;111.111( CU • r■ (1.) = 11.1 1- U °- 0 /11.L01 = ° C...7.7--;,_-=•.1.,...;pici . V) 41,/, al „.„(47., . Limmi ,..:...,72,- --.-.1-; __...._ ' k k C Pz--- vi0iNa.:0 : e,_ 1 ,..... , • • ., ._.... . Li__ c _ 0 . . . • (1) 0 c o' . . . . .••• -a ti) c0., .. , -1—B) ., c.„, . • ci., Ct r28 0 ,--1 N in N 4..1) o N ;i t Q P� N O �N i CO 4) O • V ii_ ^ I- W Q ;,ii t 1111 1, .S r H O � z M • O Q ,J 4 LI J in Ct (/) 7.1.Ci Q I • I- hs ;11.14 (L.' W ,_ a., , 0 .ttA Ct. a- C o 4514' 0 , M' r -- c • 07-5 0 __Ll _7_, L4 ,„4 ci, ,y3 i -__-- a _. 4- ¢ IC 0 4i1 Y3 `6.) I- >wi Cid r:C2 0 (N1 • N LO N '46.11) G TS CI) • j • C O O v •r.: z ,() 0 L •a:6 mow ¢ ■ ®,,�l w: vg ®�-- r/�® vex 4m �:i402. 1. �1,4�!4,/14,\0�,�,I117/-!�®i�_N �1.1��4iti Aellt�1,1�N!��°!/s rD cn ®�V. 00 -f _ _ 1--, 5-' .4., rD r., r, 47741 n rD 'a- r. 6r)' n '- ' • •' •• ,--44p ELI P ' ''. )-4 flit tuezorPq 1,144 ( 1 ff, (,--D --i CD q J 4.-1-4°. . I A ®• r-0 ►ns, -1 N - rDLij 0 ,--'• a., 9, Ase, .-,t n rD ._ Z t=3 1 IP ze '1:3 -,) 1-t : C'D wi . :. ' • '1. - mt,,..,.... :).,07.„ 2 -1,, 4 0 . ..w :-. .--' N‘'N a.. . --: .4. • ,,_,,_, 0 0, -„, ci) (-t- n- • -if t3'', . `1/,74 LA fr-] w n '-'d cA -' - • . 1-t 0 CA ._,0 ' ' - • ''. -- '-.. -- 4-- -X*164 ® _� , \ F--t r) rp ,-,�� 1 ■ 0� up \ . - - __ I r-t )___. ))7'--i,,,, ci )==d. 0 -- --a,... ._ 40 `8-' 0 R cc, .„.. , , M ,4.. P p )-i- ,so'' o- R g rD !/®! 1-t rig 0" rri 5, 5-P. ` ?-t M,.--i: 0 8 .t.,,,� ,...... J twt wrAis !4ro DIA lJrA-W\�P!i1VAii4. T,, - till ii \i`�Fi /1 iii w WTkwe- irali ,.. _ :...„... .11.. 4 ., :__ . . . _____,:, . -co ' ,O ti C O. 7 p,..,,C0 N pTr a}; sa CO z ,g a) ,,,y-_c c.)cp a) c ;. c co m vi E � o +• mm CO cS o a ati En co' CL ;co:. co ■IMO ill C • 0 L c CO 0 a o o ..... CO o 03 fl, 475 4) w el 0 75 U) a) u) _ c E e r .— Q - L _ a Ca 4a2 1.- CI) c.) " o .. • s s. co .c� e N co N % a � c CI .� � � � W `� U, U a) �3 I a) 0 �m o •- Q in Tti 2 o > C s 0 c) 0 . 0 a U 0_ N t N v D cu 0 LL r ' ?r . ::_:i'.°-- fi =t-. -Iiit,,' f;, • -' 7_ �v R „-+.4in a..-.t+Y k7- �N��"°'•. _ k45..s -y,!; Y Pi : ��s��e��.:��.��..':`—ai�ia��:�" �:'� '� E"•-, -Sr-43--"G��''+�7T�� ta��"u�'M�� :`r_*_ I _ _- - - - �� - --— __...__ _ -...-.. - - - - pJ - AO Safety Training Certificate of Completio •-•14 1 T- 10 I This is to certify that l - 4:1-- I '-,r,,;" 1 0 Joshua Blanco has satisfactorily completed the to 2 ,— S 411° -n a 11aintenance of Traffic `-_._.._..-' .,:.:), _ Intermediate Level Training ' `Y`` .�` _:,o g FDOT Course No.BT-05-0078 on this date: May 2(1,2009 1 t : ,wa...1.2a,laci2 N:' ' I f ety T_fining Instructor G Director,CT3 1� ., F, 110. 4■41 � QUALIFIED �� WATE R.MANA:�. GEME NT ' . ST ORM 1 „„,,,,... S°PECTO 4{�__ :0. ,.. .- IN _ `I���� � ::.. z: �� The undersigned herebyckta vledges that )4 M 0 =_ V %`' has successfully met all requirementsnecessary to be fully certified through 11:the Florida Department Of,: t vironiriental Protection Stormwater Erosion , q and Sedi�meiltation Control Inspector Training Program =: 7/25/2007 z-II Inspector#16587 �� \) ./ N Heather Ritchie John Abendroth ��k-, WA STANDARD FORM 330-S=CT'ON LLI w Q �V 0 W 0 O N Z N R. d' O c QN F-. N J_ Q _J w a, o a ' va it Q co i. a o co a •� Z o N Z Z - Cr? . L Ce M CD • . r 04 _ O •Z w a'' • Z 0 w o � W � � Z9 -4'-' , )-"� N J O e\1 cu Car) .,....,,,, w ,� . W ,�, . L.) : r-z 0 2 AtC Z64 � _ - o C.) O 1 Cs) C.) 0 Z W 04 U CO p M U li LI cn C7) 0 11 ki ki 0 I , r ' i E--- 1 ] . I 1 I - 1 I 1 , I - i , 1 i 1 . i i I 1 1 • a) i 1 0 = i ) . . i F..): = i - —7-- , C 0 r‘ "F■1- ,,,, 5_ a N' :.• E , -CI C •• :-.. C::::■,\ ...;., -3 0 Iii,u 1 I ,. ■ Ili 2.— 1 . 11 t4f \ fl.40 w ... co ca M E 0 0 0 co 1— as 13 .... . B.c 0 (,) i 7. 0 • „.... 2. E c.) iri E , . 0 5 a (t I I (,) 1 I 0 i ....,...„ 1.— 2 a) 9- .... • ,. _ r • -; ,_ co 0 I 1 I 1 i 1 i 1 1 id I : 1 s I , 1 i I i t 1 1 t .1 I 1 I 1 I I I I '-- - — - I I I I I . 7 1 1 . 1 „,, li . • . 1 , 1 1 , 1 n CD 1 i 4., CO CNI 0 :., ,I .. .....:__. .... -' n ... co c.) C c ft 0 %-• :.- :, ,.`,-... 17 a • : CCI Cti '4= C 11 .. .. •0 CD (-- L.--'-. \ . 2 co co = 0 o c.) cn 13 CI e '..,-\\,,..,.) cl •- c + u . c.• I 1 \ /''- ' • u to= .a -5 N o 0 ......, a sa. I (I) 2 .4:2 t .1 E 0 cn cn 4:1C 0 I 1' 1 \ ■ Y., CU U .....„ a) 1 co — a u) 0 C..) 3... *El-5 E ---, •\ i7.3; . 1 I — = m m 0 1 ,-•. .0 1.-• U”) 0 0 0 1 , I 1 1 I .•_ _C II 1 i 0 I I . i 1 1 I 1 i • I I . 1 • 1 1 I 1 1 I 1 I . 1 ■ ! 11 1 I .____ , ,' i ■ t ! 1 I I I . I i • __.. __________ -� — __— 1 I ? II j 1 ;I I. li I • : N I /, /■,/ \• o--a - a) 0 O a, N N ) i _ O 1 ft �, CU'4iiiio...ii II '� d.+ RS O 0 1.1..) '1, • > 5 E co M 1 \ \i N N 1 u= UI 0 cn cc .'�v_ • u) = O O iClci I ��,r i 2 00 . 1 1 k i 1 y 1 f f I 1 I l ` •.,:,,,i,:=,,,--t-,:" Mc.71172:—":1=7.7.7.-f,==MMESEEMEIZET -5..,.:`,17 . : . -. '.. . . , ,• ,, . . ,. . . • . .. L L . , L L L ', I i a) . 1 (n L. . .'I ■ , = a) o 4., ..,,, .c s :.- - - it' -0 — 4_ -0 a ) d . 0 w- CD 0 c‘i ' 0 I- c C.) Et 0 Cg '''.-1: ' c :::'a C o c4 01 ,-, _ ..) .,*-, E co 03 1) ca .47.; c ._ cu Lu 2 -a. a. .. w ... c--, , n - -. . ',A u 2 >- • a. 0 I!,,:,.7=,f,,,-; 4-, CO 0 0 u) CI 't.. L., . r., ,• , • 5 E - ' . „L_,,h . • IV M C) " C '7-...;•..'s :.) . ......,, :.-.v; .. . 1 1 '• '-. . - 7.; VI '4— 1 7'1 • .s.,, 0 I , ' . " 0 cn= co .--,-. •-•„, c (1).• E ‘-`--.:j 0. 3 ° .. L- .— I ,•,„ 1-• CD -1- 1 - 1 .. o . . . , • , . . t ' , . I .• , • , ,• , . . 1 , . ' 1 . • ! . ., •- t . . _. . . . , .. . .. ., ,'''';';''.1.±.4.1:37.,_.,..4,-71.1,--,--TrAIZEM:7--6,„tt',.,-P`.'*•20,a4iiiia'zi•--.4.76.',.--,'", " -: -,•,...:_11.,..: 4=it',,t"..1":F:r., `-'' '.--:".''^:'0,-,'--7- ' .-...!'-. ;.-.-‘.-'', ..,. . I 1 I r- , 1 1 ..,.. • ., .,. .,,,,,• , -. . .. -.-I ., . . . , . . . ..1 , . a) co 6. .1 _7 >,■---'---_____:„........___..-...,,,. 0 ..c • - 0 0 0 U) •• CO ) S■ Ca '4•,/./,,e'. . C''-Z' a) -a 0 — 4.- 77 0,1 9._ a) a) --- - (..- Ei c) .._ c.,, -•,-•, ---r- s- ,-.: . . .. \ ... - • (..) c X C.) C■I '.,..... ....-: C 0 ce 1- e .. . ., ... . •• . -..._ ■.■ LD U.1 2.- a) 2 '. 0 .- CO o... 0.. 4-, 1 E 0 0 CC '''..,,(71. C./ .-• •C .. .l.,N...uxt. , -,.',,, .. , W CI 4-* CO 0 U) ;. , IV M 0 = E c = — o ,'-•,.., 4":", ,:i) ,,. co -- 0 n a) I a. 0 • -1, 0 ., . , ' 1 ,'•I ''I • : I I ' 'I . i L • — .---i ,1 '1 .... _. _....._ 1 1 , i 1 1 1 1 • 1 I 1 1 11 .,1 . ' I i . a) , s- . 1 1 . o .. 0 c) ch c) ifi CD , CD 0.440..,r . CD ..-. ti• '0 N ) 6 ' - :g,' 1 0.■ __,t0 - '0 0 46 c , , .a.,Ix f. • -1--- R; 0 ...= • • 03 Ci3 '47.; Ce C 's -a 0 . ' CD MI •• , -- _ ,- ••=1. M .a a. .... ,_ ,?... CD o 0 cn 0 5 E 0 M 0 • ow t... r..3 ..: :...) '51 = o oC 0 - '-■ vi• ,;.. 0 "rn < a) . ,L.......... 2 i E r'i ut— ,_e°...-1" i:..9 I • , \ ..„ .. U) 0 t■ ---) •-• ° ' 1.• 1 ......, a) 0 o C,..) . = I ..... . 1 1 .._ to 03 . ' 1 1 , ! I , ,.1 1 ! 1 1 ! 1 . 1 i 1 !. 1 ! 1 1 1 i I L , , ....„.."•-",;:\....„ - ..." . `,.... ;,,,.. . ...-"•"-----N,.., 4.0,i,o';0111111jhi‘•,. ,;, q Jq4JN tlJ I _. . ,-.,:ffNt sVP.4- -- , ,...fq ,1,;• * •' ,r,' , --N__ e-.:--•i:!•il 1,. !- •• '..:. 41;t"' 1 • J,,,__:-____ A 4..,,,,„ ..„.________ ,1,00 ,. . .,,.:„.\...............k. i .1.,,,,. ..,,,i...„..- ,.,_::___,.... ,r.,,.---........ ..... ,A,,,,,,,,,,,,,,,,,., .., 7,„,,,,,,,,r.„..a.,,,....„...... 4. _.......,______•..,.., vii\w, .....„,,..._____,...,• ,„ ,„ ._____..... ,.._,...:,,..,,,,...._ ,,,„„...„,„....„• „..„ , , .....-.,,..._, , , ....„, ,.: ...„...,„..4,..:, ,„,,.. „,„. , . . 1\,,.,... . •;.,,,- .-,-,), ,....4.04\/ , ----- , ,,,,c.F: ---, ,.....- -.4 \ 4,-„:„;,---, -----,., ,ii.k.„ - ,,--„,...,,. :,., , . 4- ''•• \ ' .-,,,,/4-, • . . . c9 ..-- ,....- ' *-E;;.:4 _ :::", ',,_ .-• '"'.t '"....'. ilk er.:: le . _T-''' '..-•;;;;;. 1.:..:7:- - : "Z.1 ..4% . -'' ,.:.-'t: '.,.-, \, (I ' '- i----.-?-.. . •-,_ it, i.i .-, , - 2_-_,.__Iit— . --_-_,,L.3,_, . - ,----..._.,"__...-. ,',.r.... . _ „,„......i- ..,,..,.,: e, ,.41b 1 I. r.\\.\;,1 , ..... .., , , . , : , ,,,,:.:,,,I, ,, L A •"''''. \ ,‘ ., 1 '" \ • , . ---'\--;/:•44' ( ' ( 0 ' ' ci •4,400 . ; ' • 1:1I1) .1.121 =4.1 CD F4:5, rzi cn cl) -`' 1 c,./, 4..7-5-°• , 1 -i . , .- ■ i L:. ..,-.....-: •'','La i.\,,,:i ".' t :\ - 1 , ' "Z,41 ' U) c;. 4° ,._ .0. - • • cv I\ Clig) C ggi , . , fs _ , 0 c . .. . , /.. 1 (4 , •1.1 .NEN ___. lisia .. • t.,;._•,..1'`...-,F..-- - ,.r-; ' 7. ,,.. , ., ( Z t CC C C A 0 ci.) /.-z k, sm sm. <4cts .;,„ , I ,, , CP CIS ..... .) W a. tl° Ilia r ONEMMII U) 01) PS ;M •-• 1•1•11111 .0 •.. ._,-,4 . I ° (11) 4... Cis i ' '-••.''I ;. •i .0 -C3 1 t N 4.• c (NI tv CD E c: ......1.s4*' \tli s i . '-' 0 ° ..... ... • ..,,.. 4 4.• .4.• 0 0 a co ... , .. .. • „. • • • .4.. cu 0 CI3 cp.,- .u) . ,,,,.•:. : il rt.',.,'-'.....1'.1,.:,,, ..\ , MINI CD cb -0- 0 - co i . 1 ci 1:14 (/) ''' a) .ii- i . _.• •.. , ,. . .4 U J ' :'1 C‘ '6 41407 +a ' c/ ,•,- "- . 2 5 5 . . ., • .° j CD ot ; - 4 f •0 .( .0.:4.1:.•' : 11111 (1:111);mi (1)= Et 0 "I' 1/110 S) . , •I'.- ..',i..),.••• Cli) •Pli 0 Milk....-, as) _ _. .11 . '"............' 7:3 ° •CD 5 a w 03 c illo a vol, co;I* Sim RS w •..... 0 -0 •.- c 0 : .....,„ , 40,,,i. 1, N 0 co 411•• •IIM•Il CD 1: Ii I i w . )rA m cc L. tk0 J t 04 i -- ,,•- '01.• ' 4 - , vi ,,,, i•• ( a 0 te u 0 ce E iii.) F • f \\, 0 . .._,.... ci) 1 ,,,,s N 0 , ------IkL• , CI) ,,,,.. ... m 0 ael i rz)= 0 ty (ikec4 CI pg 4,:r i "8 • , , ....., „ • _ to, d 0) O ! -3 0 Z Z 8 OP• :-. 4) 1 '''' --• ..a O.P•A .2.,) 4., 1, ,, \ ...4'3 • , a _ ,. - ,•,t ' ,,' s . ,.., . .T.... ia........ . ..,, : f • .i,...i.,..1,. 1 4 4) T T _.,,, ' \\,, .., . , ,.., 0 ., ..0,,,. • ,.. , / * ,5 ....z.„...1„ ----'4-. ' 0, 41 i i . /74-,t• ' i '-•-:.-1 r ?.'" 1 - ....., -- ,. .,••—•.,'''''':',;:,`. '''''''''''...„ '•••‘'''‘•.. .'''''''''','...!‘"•i''''..r.:,...'•'.'•'': ..','''',',..,,,;,,,,,,•1,•,",,,,,,,.•,z••,..1,0•■••••••,5tf,•,),..•,..,,,,,,,,,,,,,,••••.. ... •,•••••:•,,,,,•••01,,,,AITIM,•40-ai•••■0•4,,,,,11,a(s,11‘, •,,,,..01 ./.."::••••",.. \ •• ' fis--A,,,,- . 1-4-1111011 -k 140 iAllor-A VT .1-g.zikplirk NO )- 11110~-:‘, lOgir iv-A-,i ..•-•-- 'Nor )----Nor---- -: - ...„...„, A , ..., ....,,,. ,..„...,_ . ,,,,,,,,.,„ ,.........„ . „,„,,„.. ,,_:„ , .,...... \ _ , 41,......., , /\ z.3,,.....,„,,, _ /A sti, ..,„„,,,,,,,,,,„, .,,--- , ,,-,•• ,:-.. 1.,,,,te„..10* ALlite,40111,0, ... , -,,,,,, ,J,,,,,,‘,1.,',L,,,sy 4, —1...1.,;,,4;i.ipbbp, , :41%,....4.44,Lirve.„.0 • --...,,,,),, ‘..._:} • kv •••.,. ..4 ---■_.:_'L_,--- ---.„,_,,ierri,-------- -7.....rv_,-- - ,_,,, N__...,,------' ... ...„.., N 00 . ~ o 0 0.' `� M • \ o 1 O d' cop � •A O � O� O O MCI co � O .o W o Emma, . N V z h 0 CO °C C1 O N O O U) MMT4 1 o W ® r O Co �' ��so N II i'Z CI o� � cy O U 410:4.g o Q CD U I 00 1%14441.1 °1'10' O � N w co c X ci ca cz,la a 11:1+ N Q a0 N et W `'"- ?..- itgr, .,....- ,t. 2. ., < w :„...,,, :..... t. ,:..., ,:-/D ,, . -^C-,1--, j S3 k\(-.( -',-ae ai- � ai ao- 7A‘r'kvffrvi'a ��\',1,^,a/�sio��\\\.. ,. i-/�i��\\\\'.s, ,,d,/!iiA\\\\,.,-,N.i/!ii^-\\\...,N,s,�./% ��))7))� , r#,-77. ,,A; ,., ti_li) ,-,A 4., boo O 04.-•.-4 • Cs, - . W O /1 \.\ 3—i . � /�/°(� .F '))))I ..."--lt 7:1 4-"I 1 'i*ST,i '7• la) V j E . ,,,,\,,„..i. 1/ ,.-,---- LZ ct ct < '6),A ill .. �, øfr) c-ii k W cr, ■ 47: fif Ci oz Q.) 0 IV\ at.( -..-- - 4.) ;4$ ;‘‘,,r, 0 --= . 0 4-- _i_ ). J,6, .... -.‘ �CC�KC( �CCCCCC V A g icl 4 2 V N ))�))))) r1, . U .� ,� off` \c% 4 � , _. Q.) - .1_. . 0 tr) .4_, .1,-. . 0 0 .‘.).4-1 c-i 8 I.,/40 ==t( -1W (1) :ad , — axle.--- -; p., ,..77 L - ,24-i_ r.z to cp.„ ..,_„!.-i r_T_ :),..VIN4 fri '. ,1, ni _,, -,' it...4 , --%0.-- -A 1..i .. -qv_ , , 0-, t-,-, 0 4.. ,4.. ,, _____ Q., -,, cu 0 -. I—I .4_, czt 4).'1Al*- , %CSC(( j (1.) 4—) E ,—, , ) cu , );7---: 1 mot., ,0---- i a, (1) *_-) 04_ \ I = cu C/D al ,i.,e . _ A cn au c, • 1 ?DI- //_� 1 ■k,1 / 040.- 91,0 • !k ...\: 1 iiiii. ,/2-45,.. tItt ))))))7Y c-Ii.": a_,,-: / L� I .,\\y// _/.11;\\U/ /j�41J, i i : ia i L JtwiLk-.A.AwiLL-- * lt. \\ k 1 fie �r 4 c' • Sl?)' o .i'�s,,A_ -"`mod V'i`17 S,YY UU ?. t ., Lam- '1 Y ics 1J r lti /1l yp 4, ) - } O Lea CA-, I v t cu cu 4 Z 0 • .•-,1-\ 4i,;••---.-- - c,,. .. .._:, ...-.. 0 .--'-:-(1 E -6+ r- ;.,7i +, gy�pp¢.� •� /�� rr.. (.� `r'/�� \\ �J }s4{( 0 E cp., 0 •vi U f.4 = cf) w �� h - ,,\ 2 s'' ---et 4 u 0 u -0 ,-9 0 Z 2 ,i co ell MI O g U , ri.1 = 4 cr) W 0 17)., U •P..4 V./ M Z 6.:.., P)t 6--.0 1 CU E f.9 a: 0-4 = O Cl.) 414 r goN Q \ Ts N‘ F--, WI J I ti U ® ,.0 U M "Ci qk Ea_ o a O ,a) a) U 4 ..,_J U E cu o Z •, , et u •-�-► _ co --4e C.I) •c. P %k 'ilitfg it N S i `� 1J i ,,„ 4,,, . 0 E % o 4... : . 4„),_. 1 r oa 013_, .i elilirt . al ca •I° g . ... zE _- o .-, ,Z, t . Zt .' tri "It -I--4 ---- ---'.... all •,"-•,' c cn 1 '0 . qi'l .iiiii c ® 1.4 1 V w .— as tie ti 74 %OA 1 .. .5 421 %.,it v .i Z •r2 4.6 , a) PP cn •tom. l o ;%, g . CA v) tU •1,4 Z . e--tc=IN to) ti'4t 44 P� 4.4 0 . .. o it cV Z °� � ttgEla Cit •All i1 • :4... . t z 4 w g 4 cin .4., tu t,. Z (11, s . cu Li . .,..., Clq .�,,) . 0 %It Z .. - (1)t IV v cu ® . . v cn i till 0) ' Cog c 0 v •!di - O -® ,x+11- ,�, , 14144 t eA414 hi, .,,,. .. . . .: ..,4 t...t It4 _-_,.. .-_:..:, -_,,,L*4.ii:-.. ...... : 3`i, 1+ i (1) ``' �'A _ . >_ _ .sir= !=X14_. . • Y Q Y V E N Y Y I � Y G tt 'Ts •• N ® M iii rA�. L" v u° et .T...1 r-r: t v •*"'a Oa N O ® Y tt v 0 = r C V,-.4 o-i M W ,� Cr) Y 4 O M ,� o I V '� a .c •a a PICA C1 t. 1==l 0 1.4 •■•■,•,__..,-• 0 . ' I r. Zli t rs M O O� M y'' ,s N® ,° t * = ^ m d' . w 'v• U < ii o 1 ••...) E . c) .... t: w 1 eq O `-' O • vi y M a, v E i •"J F•' ' 0.°'y�.i�l�!' ,:r :.^.i°;3�.7;''t r.r' " °-y'a�'Q :. -,••�_ ;vdyy,� .'a' .,���. �'iy�i%�*i .i` �.1=;).y�,=a'3'p sYf� �i;:;®'��'y'p''�tgA!,..`(�'a•� �'2� '9'e�a�s op till f 1. ,:��� .tr r`G.. di: �y pia p Ic. 9 S V` r ''�•�3K tY i•`; iti J �;' g J `.•��7ti ��y/ ',if• ll-,t• rli'a'< ``'jj�� "`: (F,C.,r.�t,,`r•S.',�o ;` le :j,+�,"�la,J;"�r�,: .'- :p•,4 .... ...,. �••;..fru`1f..,,t;•`.1';4` 9'ei.. �ts-._ .','';^y�.."'� lf4.. j fRr.� }�.. .,•1t. 1i" •r ,.J,J: /+'h 41_a'-n: r..-..at�Y'•`'J'<�/h4-h4�'♦i 4-st i14:"1.J lh'<�!••�� J;; ,!•t ..4 t•.`a .a J•;,f, •'•f .,l Aaa.Ji•hi,1t_•tY�r.;I-_ , re.�•�a• , - ..4:1•„7,1,1 • F n.a_-x... _ $.v 't. t� ..:Y,s :!F' d••.. -..��.-R3s... � f •ln� .3.t .I'.... s.h�,.. '\t-,...;tf• .<3$:..•t !•••/ ..,. �j..-- L�iY♦ _ ..U aaa1,gi.,Ei: 'j��°1Pf:':s.`" 4ry,-t AJ' r_y)J p.`r.V ":ly -i�:... .t. :'1.1 Y•.,A.- •?7, t:f'' d11 . ti..• •t,::•tt,' .:ai ii:•'t!:/l :fir• • ,k' t< iTe#1<, •\. .:►.s-.. ;td�i' "J� ri4. .'i:.., � ;.*rss. s.' - �Yt ./f -.f ev. rrr.'`-�:• •t:.. 3..e \ s �-. oasaa.�:3• '. E •.1--' ns�a _G'•�1 j'-l_• :tn1;t?a ;1 ,s,..s.� c G11 f a;;s s•.:= / -?/\'s,�\:- s:• •n, i.♦a 5...•i•• Q-.<1f,.v a�_P,• ¢s•,Jy;4J°,::i 9n , +'{'•... 9�`7J/•. ,�;3P '':c. •, 'v s, s• f .e�.1.`R t.j.,.4�s \_.,P'' s71..G�t'i •a.„3i i �._.\.. 0y .R,; r^a:t\• /r--�.� '1,1,•. ljipi{�.;._a ]OR� t9f .(,,,, :110.1.P p. 1°��lj?�:� ,1 t;ry y!'•tht Eti:!;'- ,41.al x.;R:i.1�3�"(g.-,(i,,...`•• � 1 .,,., .-.V•. f -S:..r_SH 'wa � t. ..N�2: '?� �-.'C •'<t♦:���1 '\. �s1..,, _ r' �..t:jin gn'r.',u�tin/! x-s_ , r�l� i'+•.0 rsy3i!'•fKi �l 0..."� "'��i. }n'�r�' �`�_ r.°t:. „7 � __"k;� ,�4.?�' ! !1,, '� v .�rrr inaC;.'�L,iy`> t :' b" ', �a;: v 't.�..� ° - ^.nw ,i1.j, ri•�-,„ ,ih b,.z, °ss'e,i:� 'a1 iii n:t . ,ii a,. F.i"!.`:+i3d.-te ;;f as ?n � `3/u' .,� •u• i,, �`\, tl.� ' 5=.! , t�':9•',-t �v'. `.i'.< .�f a'rii-_.tfir ":,r d4i:t{:a_ . :� -:•',tip.`:`s ..a \\\� .Ifni - _5'�\.e I .->A:'rrk-- -_ ' C\� 0 y,;,,.a\. .0— 't\\\y - ^ !�rnin. _ � ° .u� - .... ..^ e .u/.'". .. .`\:/ .•• ,. ,. ..w.1{fl'-. h.,,,:.•',.`.E;}ri'.. . ,.-,. •: t:`;,-`00000eooeoeaoaeo ' :{4;;;;.j - N .� :;▪ ii • i°nnh ;°i Gnv: Z¢ f Q W Q IU O -,",....,,,.:,:g:‘....--r-e, , i-• < .7ifg.a ,,;;;;.nn„ s c•, x Y • y yam):: 7 'i k-c, h■ '4p - . Vi' W y •1• c1 �ytai. +,.1, : © - • - �\ R t O t— !•nl 5a i. �— &) CD .rte 3r7 - s`r -}`-11 f ° �1 V 0 ”. aaaaaaaa. 1�1�ir'stf}f _?*�r,4 1 ;� V M1 1 Woo ^ eta s 4 •` I 1 7 W .1v .:-.--'74,1w.--,,,...., 0 5' 3 .g. 2"-c,i, ., ''\'\t//r:1,yti Vsf:�I'•i�% 1 1 1/1/7,7P,.?",� r i y.1. Q 1•,I :7'�i„rte..• .0 F�'il"n"0:—.�{::y QD 1 0 •� CO\ t t,1 'N,/�,� •�•t F- C q ^a�Y; (n �. N = �,� '¢ V Q �,t' ��.I1 ;.,,,,,S',,..,,,s•<J1,. , 'S T ,1$ N V 2LLZ~OO2 E I.r n�'�+ti-t5 z.+,r G. z oo O ►'� C CI ' if,':. z z a~ u, CA Z;';'1�Y:II' C\3 i , tel . A5 ' ( i :':Ii t, , .,::• ::r a• N Q i e,, 1141,ii!�J pl,I1 i,.hl 1.,i.i ,i g±=; .'•�( 9}�*`4 .-.sr Ali.:a`yt r _,. tyti7�d' r \:; ai�i':,i' `•r ��vi"Jra�I_'( 1: '''�•�`° / .:",4Lzd'B /x� F{���� ,3� ':� �= a�1c_'( 1� s aa�• `%� '�s,i� 9-�a.'�j3 � �.• �i, a s \ Yit1'E- .e".� �''Sf :.�f t \dams�9 �ai°'N� a�. S `mod +.=r �.Jrd sir r - �t• .�; 1.,,. � .as''' ::::%i ='r -..�. 1`, �:,- �/ a:;r„ti; li• V--s?'1'1 / ;;f, '>•_, B a1 ''r �ti; "r �;'- 3i-:c�� ' - eE.:e\A //'' `Ct l tiv- ,: I1 I .,_ )! f/v�^.t;.P,„l _ �i1r.. 1i11� •=: f1� ..4:, ,.y..i••=•rllflit,..x•-: 1 •11„.,,�.t, ,i4,—it..! J! ••':•;;-'','•,1 ,' 355=3 y ..f.4 4,pr��` �x r?,3!!v dr0,,p4e.. S$4 !?.4 +Vp... .r . .,,:I:�f 6, ..�tvv,.`. ;tihh, - IR, .:�.p•.7�1--•.7a•.4:4,, l,�_1.,6:.?„4;� :.1k.-.Da11ai >'ure +�/tr..l�?,r '�.�.���.. _..�.,!!�'.:!° �'•;,1,.,:I'�,:_..,■ .,1�.,�aa� ��. 1 .� -.s a f..4 `1....sr. .Y •rJ�'y1 s.r,., ,J.:•, •.1-..i.•, ••y�l' r as T' ,.1 i ''1.,..,,,"4.174.1 i .r� d,' 6•,Ir'`l x.t:,�'sj.l..r”;_fi da,<.rti•iC..}...ks(s.•..I+�!'•l1..,6 a ! \l-: .\.1 4�t.+•.} 'ill, f,....:,,t..,. �1Y'ts}Ih•r/II ti� ,•a{t,.f,,,,,r, ,.,.ati:.•',ti .Vau.. .,'+'i,: :- •,r....a, ••;1, t,.•ti irs. ry.y.. ,, .�e,, ..,if ! �;y\\,. +*;s 1' t�<ry -/ �- .s,, ,,t t'f\\: ,a. = ,ti.1 ( 1r. .:, :. - '\ •,,. .�, l •.j::;"°t�i -'iR, /y.L��l •r. s r/1'l,\fit J• S�Itiw,..,ti.,6-( is -t/ 4"`sye l i 'm'iriket\L\•:i s• ,,P;e: A,- e• 7,g . P.- : ., �• It .0\ ; sil : n: t /i a\ ,-t�/fj / r. ��,4rF• •�t�o ,�, ..v�� ttrf 1�. ii�try. ..p.�,tlr, r_� I�ir=/�.-,, at���l, r .,�iaft,;�,,�.tf ,.r � �t�ti'. °dtiff ,,_,� i:��:=�p1' •-,, ,,, . r. , 1 PI ... . tr h'" i ' . 1 1 ' I f' 7 t _ �c � ` . �m 1. : `/�:i"= i��J 'yil �ri:i•^u•'� �' .;: l;4,: 0 4 c.°: ,' l a JL %, 1 t E\r•<: `:\: $ .;� .� °%ii' .::.. t.�'~ 'A„ �� ...__ \\ s :d.// \�, . s 9 s I /Iy - = 0\ 2- � ' ' - - \" - - `a• S .!/in. - \e� .m -_"ti:,.s•v -:F'r.� ��t o-:iii:+' .tla.v'4—!':'i�Yrut:,,'.. .. .t•aau•�n�•iuL' , .. e L \Y�.l�.-• ti.]1LY1a��l! �.� 1��..��,J /.J 1,.-�\' 1 {•< ...'eil), '` ,q■■■l6is:l'eS6S6SBSl f■■•10■■'I9SO BBSS eeeee■■■s■■■■eee■6ef� e9 6eaeeDOaDao9ae■■aoeoeea..... l 1,....aoaaeaoa000a..1..aeoaae.... ' .(( R�:'•Y •� ,,,,,:,;;,-of 1_ 'Q;�.” •,P.- ,,,,, _fig W W y._� ..•r' /' !'Igkh^� ,\� z Z.,j:11i€ir its`1:�ya `rtell�,i►!' .i,._.7::!• 1 • J Z• .,. t:,'+fllsisp•...,yla'. ':' ;:}°r t P t. _ �� I\ a �' a 'T�' a �:ml .•fir ):4'^t.%;%v ir: •;.ii2il}iii:;.' CT '? ¢W U. s 13i� 1;.� yea;e .. fA M �•`-ilt'•1! ea:rin ,';\ p W J _ a�� N '3�Ji�ii III"el•l4<i '•Cdj �) 14S'1TY.:' •�, �� !""1 }r 1 '�,5}v ,/' �' = M a :1•d jt�'s� -ysF. c� r— �/� ��'� \i''' h'_ :t,: , ,t:atat_ $ h„_?.,;la P` t' ('r� 1`•.1t�,,N J W,. �••1 Vl r yJf�4 i ,• t!7`s:•.'. I O (� ` y, ( ' 'J F . . :9 r co) 5 .!`j 7l S'•hn,r„.,;g?ia,u i.' ti:, 1` ii.:,;,/'�X':I v.':1<,. •' ,#x+sntF. 1,••.nZ1 q:_lirji,:.a , ��ai'�-•: U a w m a i� 1,1►P:r,;;ac:'•'�� 1 -7,7,,,,--:'.:�` (,/Q�Ua, U 1 ``t 00 i�-'i E LL h H O o¢ F�1 = q?i .'..).-, .:' " 11 (:11L) -.F.= i;;'ter' ( ?r `•>•/Q O a J►J s"•, ;�•,•.',i..,q._yt�:}'',▪ .'.�1,- 1+1 I� 1. -- 1i��;std �_,:• t � tom,,., :.,,-- f/1 = Z ta'' •r ,f,,-4::;:..Yifiliiiifi?"; "ii'!::',11V:.:§:.-:!7.•;;:',:?: r § '4 4iN:up.f.litA'''''' I f.,r:,•• fife,, _ Y` i 6-iq. . - y`.n--r 1 t,h�r. a,r! �d tr'1 � ' ':r,,N9. t! 0 0 _ •M •ago,• s '.✓` . LU _ M ,,;' 0.),:',1,,p g Tii.:f...1.1,, .L11;may- �_ N N 1} 9�t is,�i �~;�,, ,i' _ (ate /��� U _ j a''-. .h',"_eu .0 ,-4 • �4.;:,;;-,-;,:1,�' ;t?- • . �\��Q b c -d C •mom .;�,j�i H *�I ® C M ,,t&. t,...; i ▪ /iii•- ,,,� �� C• 'r, x" �� ,:•.o'.aa :4'-:'4 `ciS� , :`::'gyt. �, :tt�.1 f'� ° ° r� V 1--] ...... a. ice';3 '�;w�,-...• og .�. O • o > co C� y >Tr! is ra O �0 _ X '��A,:� 1= far-.•.y �S :•>— pf co i—, ar ,— r- T�1 ••O `� O hr• i ti p.4„....-..i' dM , �/� I / r- : C_ y r-•ye -7,,A,1 i �+r ..,,,_,;;: a n � � $ti�ji�'}qtr=A�4' : p,(l5fui,%-Yf,.".- {:r O U d C s,at , ,,,'/. 1 S',:,,''.E•iiii ft■�'- O p O `'bSY�j(t,Lt'?:•1;r,a lq 1 '-.:`viiee""' - cj ch (1) 7m —. ...x p 0 %,,1 9=41''t'M.nis?..4 •0.... 0 ,•,,": j. r� /"s t0 V El P :: �31l2i�.G;ltai�CT S am••.4, '•L'' N E-4 'r` .t Y.SUj rd(\,i,••,.;<' ��'' Cl)v 0 N (1.' L' C—' V N y ,i`t h.',•'/� •1 P:m a;3:titii�is ' J•!!. p -fl 5 ■` *�ui1ii!J_ 'la w iii A m co e lC of > y.- V. . t3l�-\.� g-4::.':;,.• -4-.`, 'a c.) : •T p.-;.* 4,,,..,. .--,-.Ai .-: 4 al t.g'....gu u Nte§.11411110;:; en Z ,tipiti.W:tc,4\:,;I _ `t`}`'6111 .}tf�lir<�i,,•:£rb�u,a'� w ch -yam 4 %Mg :.fir.*? �1,+-;`k 'F':•5- ..AC'.'''','> rt rta■prr'r■■■re oo��ta�w■■ataoos iootaouoo0utaoo■uc000tao�reeo�:a ta00000000a�aaorr tao�as0000aaa�000aaustaouoataeoao r•ra.oaoodoouagoaa000 r° (\1•i••`${� p 5? '.( ,r' ._�i:i: i:rq , rm:,• .. -,., •a ,man• V:.. PV,'''<� -f• ={iu':� 'r.ru4I--r :_,.iy;:, +a sacra`. ";,', °L 1`'�'1i1, =, /�."' =,r>:;_: 'ii r ='•'- w w t a a\\\v '+'vi t/may N a\\\ _w,Fes.;. o, fr J Vii• •4k,...,. �y,,r.: m; I a •- - e, K. � ',Vii" \V�• y/O.� J t. q• '. 4!,/� t 1: •\\V ? '•'•ik�''•?:''':V// .7 :' r t.•c� 1' ice., , t\ /m , tW - , ‘1,44;1, .;snl—; ; ♦ \ a :: y,5: �. ' cA/' a. T 9 d.. J � bs:d �! ,�ti tp .'� ,r � � \\� •�a�i%�^„•!/ f� -:�i:+',+y.„ qr��: �ka...:•\";':Y,...,n�� ���.: ,//j(��' ,►`:.a• •c' prf�i k:1":41,I r:0 i :':ecu. ! :'i. r a . �°:It^.^. :.ai!;i.S: '- ii:iii 1'. :1. ,c:ti77.,112 :�`-?a '+�=1' l:3 _ �SI'' I.d, _I' ,gym!y1< .�I ,..1 1� ,,.:,., �:1 :,. �.�\'::�: � r 1 3' \,.iL t•,rr°•' ..e ":�v"S:�. - - `L. �.:.w°.:°ur+'' - w"wC -:-,,.-:..-.,•,-. ��-u J ,,,,:,,- - ,;j 'w..yr ..v. ,;'tl�' .l•d^• '•h:i.`�-`a•s• '4#1.:11474`•1�'+i� `'-_'-:11 :`T ier6.'%1 ��?'it'=`i.;��(1 ':TA,^t�; •{•:i+•��-�.'9.:-�1 tl,\•�8• Ys I�''N ,�H.�1 ..� ! i t•� I, 1 .E" 1 :, 4 ��. r\"7 1 ..( 1 ., a: v *UI, 3t r7 1 �'.`/ liH r.,\ � "'' i '/�`' 9 1,,.'.\\-:.�•:'.i� 111� �a�;'�!!(1���..\ /y;,l�)11.r, •," t �...k' r'•�.l+)1112 ttll�a:-.��.:/i.�,1�114• .;�ttl��l :� i. r 111. tt4R.l,.'•-�Y r � ; tiw n?..—gl(1�.1:r ,'i',`74j11• :, 11 s.'Y: ( ! J-: 1,t st. .:4 ,•0 rsr, L p.,, .: .set ,e. _,, ) .it ,al ' .(,►... t Y•J. ...nt�'Y::1•'• a:�` =.�ti•.�1- ,al(t"txt.ssss� :\l♦ /f_:. s�t t..aL.. T'J. tt,t,.f.•i r;l;Y r.t..1.r \ \J_ t'. Y'+7,.•,: .\ • a r.. t..tt i l!., .,,1 „•a rr, nn,-tirz. :t1 ly,;rr. .-"•r: ..:''', 0v ,,•�.. 1., .t. i.t ;:p '.!.._ ..nli:.ijn..k. .-.ya lj,{...• f. ttrc:� t • . .s}1::••\;:�;a�,V�r,;tr,,',•f•..:::'-` 4: .,•l,.r,. ,.... °'t�_ ,rJ'. :i;� : \ ,.J fil�b�lyr,•F'l::�1 }:;1r('z;l':'sRt.¢_Inra'i.=: ,1 5r(._l, ,,t ,,a 4:!• .i!•- u11,i1 ?S •,�y•� p ;�:5^ ha 'v, <,=•c.i r �r b r h'� 3'd' _at �", 2 f;,�,,, .+_� mot, v �' It.S ''''at - :'f 1,- hb�T..}• 11 '''; t 8: ' ':a' ., a a Y.:4 hak'.pr'.�1 ,! e s IR\*..-•f fAi t a,g ee y a's; r 'i 9 ti's::, ti a :9 r a`s's:. /r. :. �":=s . '/ �., gc ,•a*�• y .1�_ :i�./ :r �• .$.,.•. _, l_ bd �-.4.. 'f 1� i'a+ \sqi%"•'�A 3.a ( -(' .,�1 a '( 1..:''�$salaD'r/ -:(fir-;, •a1:- �a/'�*s:s:•a.l'� (�,,•; •;•,l-- ag:•. 3. •:r•:1:. °eg�;;,9`re/ �-_, / � J/ `+••. 11r, g(J( r °' !., •:�'Tbil 1'p`r.;:;R'4 1{4'•i•i=•T.i. $[ 7 1.$,I Lr,$, 1y N:•i.:�.:"�•:/ `r', 1 'f sA:♦•iad:8+11: tlk.•_•l,A •t ti tir!/iiq�i�:a'f �IPJP�.'•�i4/�'��.'��9.'ia'�•.��a"! 'L�Pi♦.�•ri••41_ �r�'./ 1a.8! yl�d,• �43�-I ba4...lr•a��'u'::ii!�`3,�� 7+,,\,..Y.r4�!t ��__. •!.•�.��.L�!`P�i���'�45��'��� ai�� a!•`dy.�.S 4'r-ti .1��2�:;�...\�` ,ta,..b,. .:��;..�,.,,.,r'b±.l{��.,t:e;a..,,.,Cr�.,`,,�.�� �t��>.1--:a., ..�i,a ,.rr. .-�`tt�,,t-�:a:� :...:: "} �.,•.: - .:3Z.,,t:�c.:•:,.:>.J .,�•,t.-.�,{:,!_=:::p=;r., ,..,... � i .�.a.. ,amv.,3il.. ;./... '�-• :i:n,.1•/-.' ry„-Y f4.,v: n-•,,t.i:..,,3t!•' :f:f ii. .,.r�tJ!:'.i,; ..1+'j� 'tr♦i/4• •:.7.,r-t7 "•;-\l./ - .t1 wf•i •.. •t,\,\ate F%I�- ..�'. . i ,�2. _ '' f ti.�. '.a\t7 .LfFa.., i �.' nYti SSR s. - 0\li III�I,h L r;/.�,t,'�,' t' aat�, SR+.. :J �• at! :FR a.. �!�"� :a/5r FR t•1::::•nt.•L2 :7 L`�- - I C a\t.tti'.t ,f, .4, :,j,.•- /�•:2•. �7: ,/-//. 1�. .l:I's":•!'nti i{ ti. /.`A:V'.: l:urr.••ii«•4 4..'//.:,!�:y;- r;!'r::.'.!",t,: r..!/.�,.,.: ,i:,•:Si:'�'+: '.— 3tt'•11 %A ,y'i%IJ r:. .•j�,3:i, C, .�' ci''tl'?t• �;,It,^.:1i 1 In:�� '.••7• t� '3.v.:t��i:iwtn y�:3w'•�1•fltl /� _f'' i:�:1t11 ', - (Ilfl;..4•r.:x1"111' ri :a'`iilt .,,� 3,,,..... le,,if.;,,, .„: t1( It ,,, .:....2,,, k _.(t, V;,. ,.,i ► „,'-r i{:•. :i ,:0 1 1,- Jf: w.-` -.•�..�^:....- •.r,�: - !_i+•- '.1;, :,.,.,t�..r�;. � = PM'1�3.°, r;i+ tr:; �, =�,,► �� t ' ; d - _ ^ �7L,i$?•.'Stir° 9♦ `�.fit \J 'mil r. 1,•h 1 Win�� : •, -•t. .. ,.•,r-.. 't�'f'.il-.;i „d\f.•I/-..i:. .c• /_.� /;fir:• .slit... ';go mmommeememem EmBmmemommemom ommemememess ommosymemommemememmosemmomememe BCComemomma.vI me.....BBO emisor emome0170 enneme`S_P ( w���ti i y1 v t`V `r pi.�;:.isti..gii iil t�,Z`" 'ii11`IIN::• V.Q ;,1 fa Q O7 v` '`' �ss• i! I•, :=, _ V M `.,.) 1i `11 11'1`Otiw Q N i-r — (/J F , `'�cm co .:may �/�{ 1 ! 4r • . ,Vt3;4�',w:; , l' r• ry.,: :�+'L J.,. 13 ID_ _/t� •ta to-f` 7 t 1�i` /�Y/J /' rr,yr'1 :;. r VS/ L'/ / ., [� �1,.•�..(12S I/y;f,�' a"`,a fi 1:pi•``'�• F LL V 1 t-i rt:"Si/'gy �`_t\ _� .J,r'•' 0 O 1�� \ /`'•� , V LL O N v W '•.�t�i +;/"� • ° �'�••r t3 = W /i i - r) 3 0 S F' '0 7 z :p:;;:k.1q'a._.- ,,N",-::'r;7. r� 00 a• IN ++ (.0 1 �/�1 �, t I I�. W• LL 6P s �M1•{▪ i` _ 11 Q % 1 r it I /., 1I�'1 J l ri.131 c,1;It le ~ z-:.;•• .` e�. .�. f f�'• � , '16ti1}{� `�� h�b,, In C� "� o r °+�,d ti p. r—`"'�i%1�G`• N Up\ ° i!3 /' j {} •O a F= Z d� 4) 4) O .`'MLN..^.:.. '' ice:'.s3�• + t SIT _V Q �y :F! N:t fS^' ,,u`�tiq i (,�///)�) Vl ~ J le• I rz1 1,r. .i.i ,..`(•.„Jj j.. !J �-. p:c�i I rIS{ L:f Mill 3r;i' CI ;t fil ii::•'\\wr• �`a r..,,,,,,,,,,p`r. r'1'j� v. A _ t10' .c'f'` !� ' ` ;-`;�'fis'.;y};z� }�iilq.nio •c'� 1 r��d; e �,� a p-4 = Gr_,co �b te .,L 'lr7R J _ •r A ,— .t-'yY�; r 1 l\r: •si'd'.GyrYf/f£ISri ( IQ {,IiF, i:• —a J p�tu;y=}182�tU1.'+. �i -1 Q b y5:�:+ Lti'•:.�a\F ,f,/,.,.;.lttalr�..,� 1 3 ti•Y:.:iaf?=e-AV \:1:,;#3;;:7,:x;:;= a� c 14 r•i 6 „,,,,z:...1,liilli�•,\§••' ._. I— h. co •,'Ifii$�t?f.:.a�/p4 imiC 4ign,~i.,:.• !._-.� �`` ta>_ttt� O .' 1: Z E o /^i�` 1`• j�t.,^-•�i ,l;::f:�f t ((t.,•••.. tttt—� �r 1 !i Yu....z, 01/7•14::c4,,,,,::::::0,''1� Riii/ ;.' z -111 (� lS1 O r r :,ll l9t 1 l:,a+ .-,\..tr.:;:,.,..-.J:'• aw r•, 0\1 di ♦\ �� f•`:�...-fe may.• u O ut+\a\\at iii.it•4t:l, tJ.. _N N O 7 Sn v�ts5biil,^.'di/�;eg )I'� reA:iyik, Ot t,- U aT tL 4_, C _� 4.70� • , -d. c/ 'C O apt.. �'} :.i, ';i;..1,.$::::: '0,11,3<• 0 ,... 14•10 5 — E. ta,.6 — .._ , .., w 1.... --r, t%,•• 4-- „,-, ,q'il{.,j..•iq fJi•, (/� N wC\ 'd 0 /•, s ..,:,..,ibfiiE's`Zo.c=ti,r A ■._._•■_•.>)..<< ';41.4.7..,-4• ,...:,,.:IqA. Q C\ ap) 0 .■>.< U) CO) 35) rft1,,,:i.....77,..9•4•,N •""" (7) ,!. .„,,..:,...z., %.:,...,,,,,;:,„, .. .1, __. 0 1-4 a) N c(113 E N ,-- ,''''.. 4:::::$ ?:T;• b / 1 ambA . . ,'=!+a. N �';t j}a qa i •ter" +'•'.• 4a ~ (d 0 0 u) ":,,,oh,:':'?_ /`.'� {a*.1_,. ?/3' i C N a \ V f3 tip :1':+.-ti: i ��'yv�+ �+` 1:15 V N Q '...113.0, s �v:'Sb�/71 C y iii, •!. 'r' t l'! J '0,141 �I},LSrsd e,p ..s (I;r'• ` fig ,d'ii//�.:•� i4e;s lJ ii In O \_ ,:,,..tri.8,V.;�:\l\W.• faith°•'',;:•,'.,.•, , gaa'r-t•=2;i":91tt :.i'.:..lns;..••'.�.s,����, .t \ .fit:. QO yy•{ g ,, illl�i�t tier' N :;dl�...',:yam• r•:r �'},� cce �: , k„� Q 1. �l.`.i7f S h• :•• t'• •.R...s w.t iT.......aaota000tiooa000......:,... oa000000 00000aooaoavaooa00000 aoo 000tao oo a!000000aag.00aooa00000aaaoo.....2 _ r'.w. \\ •?t �.'r� t 7 � -=:2l�t�:... .�, F' r �„„ r F _ 3 i>�• - �t.t:'.. •`'ii t _ t::- �\e`►,..,,• -;.,ii ��-�._ 1�:'�� 2.1 ,... *r,, +i L 1 .\�' �I.';, •uih, r t O\v Jh \\v �r ii n\\ -1:�: '-.:iii 7 . \\\\v •p' ,ii ar-1 �,i::i; '•iij. `Vii'• '*.?+::::.' l r 1 � �':i'�::2�:�G. //i s•r 1. �\\0..,..::::1114.-;,2.,_�- // r t �\\\ .: 1 � \\\._`.:,r,.... _.// .r 1.; qW../.42k,. -/// 1 1 �1 ,flt.::s:.,.. t7_ d ,1 Z\\i r�u �j 6 r. ,t l\a ;gi'<;• ll, Q.. :► ,, ±.0 :'.r-'r: p li •tS\b\` :�\ y,�::':�j t,- lv, :tt1 -:::::ill,. "��Fa'� `-,. ,y+ ,••r=t. :Es��' �� �® � �„ac;:Y :.ir♦`�• � ".�5 .c.� r♦ .,,, .,� .Yr k ai'::.\a c. �tt•' .!r + 0 a I i e •. IAi'. `:.1::i:; �'!:4 al.. ...t; 'J cl. .,1:::• " ,S. �... ::::.:'.1 #1 ,r :.. ..S:`4::: ate. ',.r.:..“.71. dr,\n...' i„a.. `�__.,;::-.....,...5' '=qtr•.• .�T,.. �r-,'. w"� .L'•, it..•- �6'.'°'{i:,� i. it`u w:-yir'•t i-:u .��•. .;�i,,,.,09•.,.y+,.--Si_-` vl,• +�.nunY•r,.••-k` .�}' ,i:* :`�$�;��i 1:'�.��.. •,ii;^` ,'7.,n ,..e. '•Y,,., Ik... - :c3 "r,, y...`b.rn 1 c •.� •7,.,7 Yt., I+`c�� •,..,{••i.; ,s tl 'j= 1►' �: r 1{ ,Ir t,�Y. .tt '11 ,ii' "vr'• r''it,, r:i 11 ,.1 try.. .rp 11 .1 .,C....J: iI 1 i:::<', �s •4 I�.c/',"' / 1 1•�,:. ;:{' al-a.: -%j .1 ::,•.",::0.•r +1'.r-s:: ,7• n 1 1\. :r 1• L.cs::'•; '•7 s1 �::; '•n 1 t r'r,/tf'Y1 flit. .,\: , �n�pll, rlil,. ,•;, ,1.9),b,,:. r it.. ;� !,_,Iti •\' •a �7"';;:,0'jlit, .•t.,••t!: ,u.11[21::;":r:.r•t-M.•e'�:1: /!•-'," pi rl 5.7,7.•�litl.• ci Y ,�,6llti r1,. \'•r./:.'•••.ltt', :du•,.Il.- °+aN:,ii..r�iaiaa.. :i r/L:.--+Frit.?;�,raga. :;\,�{rr•_- -./�i•::Yn"i.'?iii+twit .j..?yra� ,.i\�L.,. �..;. •.rrt•:x...,li.?qa.• .a�� './f,,.' %r/Lt Y..:7.liLL.t :,=h�..s/i:: -+rFLi,.::...,$ ?!n,.•� e<,.1` ,..�};�err �t•..;;Ilit-3.�f,,...� , �1y�1 rrr_' .;.!_..,,?��..1 `:1��•.: ..{'� t:a!{;',.r t „7}�\i •rttS'e _r•:�•,. ,. t., ;r{7' jr i Ji:.. qa\� �,ao s r".. �AL�(�s�.` r e:i tL 1• "911,.r, .1'. {• ,ice q 1. , 1�,r, .r'<::{L4•a..,�C.' - .tqr'1 ,v t,tit�' ..r".:,..ii135 �e '' �.� _�•..•{�_ d ;qr=• +-.fa ,. I�.•rli..•{i�� . •7 4 a' :7s� r 1 ar q:J ' •. f rf �j a.�i �a Jtt r � v.+�♦ 4�.. • c:. t •pig 7p ag1'3i.,t�1 \,r.pd ..'i t'-iii•ii �; � lfiy�:?\ft'+ (jpAgaF�$3pe�t� pg is �r ti'+�.rti�+tJ"/::.1]$gar`.9:i��t4{$$ t�),g}a..,Li%l �t��' ` .1.1 ieagteli.irs 1v:' kh.} ;'it .�.yC �.�'!s,' i'•!•/l_ /j/a yalii••iiiq. 9 h,,�1--, /:'-17/��+.L3f�,0-:*.'w� a.),(-. f,I,1 3,ai�-a,- -`.`fifi.-: j1,D:'.�sgfy'4��!!j'.�it l --', J'i,-- --4,v—/iikl.4gt 1�� A:--�fi ll�. ';7,- .32,' gi.L5 �J ..soe:�• t :{..•• .�,''°' �e .f/�'! �. air '��i' ,,,~ a •''=`'='rr /{ $i f�P••.. 's a � 'ii .� 1,... a, f ,1.�/ "��,•- '�-� �f � T'��� '��;:. g�• ',r�,.. ;.;:•1: -?ra i ':tiirihig8II ..1 a`•: ,a:s•• r a^' $;�'1.:i`[�1 .,a�f I _{��`:•:•r:: a.g.gh r:' 'fli f, :$4, ll:::•�:C3 r ::tip bl ;C$ -, •a;::i•; 1, e}relo:.:..`,. •hr/,••.�tl t{•}��/�•�\:Ji fih����'+�%/ '�✓�jj���/�''�:•"f•. tt84: •.�T,�I .�\�,.•�....1'i���.^•I�fg:•.���7:�n.:.S•�!:>P` '�1 f`J•C�•'•• 4 �t+S••:i ? •�1\�\`�.�i••yrA�' iAa..�,•q.>✓�f ��,••\`••r•h 4.S/� lDa'C:•..•\••1,i •h i\,.iT�`s�ll.J'`a\.y.11�..'�.'ti''tt`�.\L: �--.lJI' itr+•\..:''",l-,i6,6::i..?�J};1.�+..•yl••/,•r�.� a�,.:..i...►..\:-•.S•.t .iE-rir,..,,.,.N.��•;6tl�„�.,..�>i•,o�j�� r,,,� (Ad 7. .t; � .' { �7 ,. 1, !�\.{ r.le;;; ,•\•r .`i-_. ia,�.t U-' 'tf,.�.: ,1•..kli,•!';lii.•. iii"•1`•.S 1 .!.:r!'i1',: .1., -'- 'r;. E;•.. ../' r l•\•r l �t�.,S.tli.. ''.. .,:::::.:%q• 1 ,.1. .l 1/ I ,`..\`�:•!aaO %:f •r wet: � xi.. .l r!.•'i'! •a. ylr. .,•\.•.,t: 'wii...3. 1.i7:....'Y:.:f�i., S•A4,,1 _i';1;:” ..tia/:.. :�r'•�•...,t: •aiJl:'j::Fi:;ISO:•, , � •aofj •Iii"�%' 1.t .r�;//\�.��; .7;'t:nF;.tt ..a�•l ..,� t: :�ta:,;t L;.is _ •' �. •!,' //\••�: .i t., {'•;t7 4;.{J/•A'<`::.J.'•' .! fr., ri 1.• :7....•. r,.' /.. • /ii .>n•., 5. 1 /,,.. rl-'' 33;.• ! /,-• .<i•''! , i'J); /�. _Jy'= 37i i4.VK.:�t ,t•1I1 Ir t. ••:t1.i'i?' /' 1!$1t.,r., •+.::,:t,ln 'k7'lMi ;'?4...:,+ �\ :.11.41l� ! 61111:, .•:ae:%4". 'L-/ .""ti =;:::6,'llf SliYr,..r ,:¢..,117:::;A.:. l� 11 ..g.n.,.:,•!1 I•'' '"''• !. t, 1 �+•:• ae•r 1F''- :yll.. ^�•;••:..:;tr..4lfi.,_ :Il..,,,tr!'S :: .Jj;:.- :fll.••:n;;,;;; _ .Ijj_'- ,l. .Fr;•.+ .. �'¢. °ot::.. �i.. :f: :,`,,.;;�,: .Irk. '�\^• 1a;R //• !)Y r '' :--, aaa X 13' rv1\ h A j n ;1 '� 0 h: ;�,, _aeoeeeeeeeoeeeeoeeeeeeeeoeeeeene000eoeeeeeeeeeee•eeeeeeoeoeeeeeoeoNoeeeeeeeeeoeeeee.a moeeeeeeeoseeseeeueoMosuea� ..., Z I n:': 'jifift>-ti ^ o -a z . i c;;• `� a ?W .,.1'7fISJPf�04 Z i'.'/l4�C ++ t�.„'.t`''t!1i'•',:,..t'gal' a�M 0 ,4V !i r,A,� .. Z:11:::5:,..S:41'' :: = e. CV) pf i 0,1\'-`V.,g",..z 1: .. - 61 - y-•'...-mil- _ Q) Q) \ _ = .1 /E•..:: u,^i., CJQ •Q '03 ?" ,/k//�/J /r,���.J ff/, ., i; rr°4;:7+"n`'e.. $714711111111114.S;, Q `�� 41 = w r //rr, , , I 11�Fei}^S"�`w".`••, b/u;;;.tts\iv4'' CO • co ,, e]I r r J p f� _"tiff, :-:- \..El 4 A _111 111 r., v i'Tj c C1 O 5 r te;::' 6z\i 0\ F� a- (�1I�1 N 14'/ i J I Z Q F- U. Z �3-„'//,l.;jq?...1.,-...-"---::‘, 00 CO 4C 1+*� � ;. haw (,) o f ,� ., 'J� iic� ', ..n„i'���: :N i�� qN 12 ,.../,,,r / it Il ltt��'a q:' r O �,Q #4*,•.i,\.,.4:.,' , �•4. CO - fir]�r ,,yl_ •°- g: .v{,:Fa! •s .- / ''Ikil1 Gj;>11:0i• '1 , • CC tit!iijja'1.,w, S'i/�n..•.r(la J4'•', C_1 ���R 1�,� ��..r;-. _.i``•iraaf-':.:•a\\4 ;: 4F t ..:1!� !a', •'`.,tkis iiii7�. as ;tt4 11`1 / y 1a:1•• r%'w en 413,,,,,t...,, s --. t y) H c:s — -,,,,,,---.,. teA —rJ j e j ` ' -' - & �; ( .i v :h.-,:.+.my. y i/'rid;�i!:se:g ,-1 7t. 6 N caig..."!., t::;i\`, 'a a - . -.t r ; o . Sa,I o 0 k,y 1+ C `vo . - .; �'„' O• y ./ C .� a, - 1 o V cN z .fi js9F r. � .(J'I ��11 r Lf 1 a � �„�,,... 2 o ,� C o r y ;nl , • .-' N:p Q 0 - '1'11;I{{ , 2 L U N •— 1 \ _Y�q1}£ �\S pNiGp� w;.•••• Z O ; : , ca • +”'•..'4,i,• �,\v' Q �X O O Q . ate ' sa:,-.a''+1 1•'°•• •' r ` - 4'a:Y.mo Q �' O ►„ �� G) ./{ . ,,' � ti1, 1i- 'Jk/''t• 0 -. 4../ I e (N 8 ,f` N '7*';', ;4. Q ' '. 07•07-4111/1P.: 1" vi���r 'auclu 0 •.,3 /1:_rv'�:: te Cl) 0 Cr,(� � . '" a•,r�' ah4 P,.wr iva::..: c) um. ..x V � G O Q Rra1��� --,7---21r... . Q.,) 0 ca ..,,,.. •li Ilt ' a) o V, O � •111l1Ir;;1 V w,..r,I.v'.,..3,,T1,,-''..1, •eft, g 01 eA eS .„ cc, ''t --a �v� .. 6 1 Q •«. Q Q _ ` 3 `.4.8^ '7 k ;1l,. .. c[V E Cis Q _ b '�.,:t/t1i�rii,: rr,{• k 4 t !i;�S� ;j :�G�a S � s?a *: Cl) \ , p • . _' ♦. S,.' , ia �V.V;;;I fad'ii: > � j r''Ji,i a„,,,i',r .s} os&p- v � O C. � ,.:ii 4%7 �,'a) C , P� ..7,4/ , � � $ > « L Q � it, sy t 0 8 � �,� . 4 ,4 il A O N w e.4 _i r' .t,74,# 1 /niV/1'11/1 4 z ({11 ,.n � ' y y3':Mll1 ” '" lli$..y.�OIi%4I ,t ,t yu.: a ate y %, . `, H , a. ;y ;;, :\ ( ” FiU UUUUUUUO UUODUU U{iUUUUUOOD is NO.. UU UUU UU UUUUUUUUU DODO 00 UUO00UUOUB OUOVUDUUUUUUBU(ill U�UO iUU 00000�900DriDOGO�DOO000012 :�'\ U)tN 'e4 i~.„�'. r ty V l.:lij:=:. i •' ?�el,:-'°.. 'LI�r'i� `��. 1,7 - p;.i�,::: ':ijj' !S,...\'ti” .l:t!i:.. ",.s,� ,..,\` .„. .,..?.?::::4 W o, •.. � V�/I ) ',\\\u• - - m t t '•a\\v - /h /i i' .A. - a: ::•::,.::•.::. J i t \ = o�j•i�.A ,:,,,e.! ``.: ?'"1/11,.r'k. .-rl : d O= _ .ns\• i , v � - /r J.�!�-•\m _ :�,r�:.�•:.!rJ. • I- \ v s :-,..1:_::./ra9 , {�\v .:`r�t�yi�r 1 1' i v - 1.. \ �..�`�.,,J �, 1 v \. 1t' /r •.•1 (.o ,\v . / \\\. *'::-?.G':%^-'. :E:4 - / \ V•\ 4. r•\ :�1 Y {-_. i •'1 i..a+ i 8_ '''*1..;J� �, ,,��u\ ';::v3 G/.,r �f �v.. ,,�$ a1■e<aYS�,',;;• -m �v. C aa+ t:�t -....,. � ::. , ,7j.;a`, ''�:/:...,1101►• ,\a+,• • r•. ,yw\\� - %'.>� 9 :...•� ,� �,',• ..3� •� � 1 \•,lG: .�., to'�• �`a1 `..a•�;,vg°...:y,,rr. !�,'•:at: u7r¢ �.�a�i••r�,.�='.+ ®¢•`J.1 ���. v.v"L. ::;� ';haw"; \ r""'! $w 'in _.i .t ^.1:•a. 'l��-� =1'•., 9 L. .v° vay;. n..-`-"'- �'-�' •,la �^.'.' �..- i`S' ..i:,�v.:'i'.'5�::. Nxr N.; N'.7.,, •.r.. i'S u,. � •, "�7nq`.�..y •! _ ..,��"• 'I .�''.ra...YSr�7„,?r.,..:t.� •.1'•r'. .•..• ?• •I ',.1 •Y :�- �`;:• ,;?"::.".: �..'�• 1 +.41' '• 1 1 ,•, V_: -•,1' v:s= 11�::. ! ...... if If a-"1: i! 11 t•-.:• >, :1�11.•c::",;•%•�;l1 i1..!••' •-7`II. -"" 1 -• 41� •.rllil.• -// 'L�!1411• ) a t..i••':"1,:c 1 I' ! 1• �.:i?i 1.•�":'-: % 'iJ�lll:i'}'•% "'ta'�44 ,i..a)�11!n ..Q. � .',kf jj b/-. /li •.1. � JI / ,�)J14,:;:. •"i a ,t.l....•:. !�4,..,..;;f{lil..•,.:;•.;. •rj,.�I,.,)141,,,*:r.f! 1 ,• ,�/ 1,w, .,.t j,-. .. •• � 3 .\ sOa: ;"'r"iit�. (l:. •/, iy'",'�"it •• :lc•', !•:. •J� e .(:i sa. •. a„ se . .;l\ /r,:. s .t:o:�.•'.'aa... .ai:.. !',! 'a�.es! :.0\a,. v111.04”-Iii .."-V,Y ',.fi g..... i kri ',IA./• . .: !..,t.l.•_. a ,}.f .,r.: 73.;1. I t; 3"I;, c•':it�.N.::i.. .j',y iS..,F. sp•. .;L�;n, .!`.. i. •S •�{ ! ua... -4• -t";.S[. ,..tQt i' .,[t r:4t 1 rr y�• .l'�;.5�;:�t:c .lrt•a..sa<ti 9-Ya••� t1 :[t�:��'-�• (Z_ �,.t,- .f ..[l,:d:�?k\�•' °�,//,',S`)�(\,J:- •r.,.. „� + . 4•�M1 � i �.�. 1'. ' o'•�•,�rr�•, t •�'���� �.�,�.�.,���\�i',.� •,,4� S ,i`;:3 f,-'.�3i1�Yr�'yti�� 4 :�Qa.,1s �'�,.t4�{ 4•'�+I �i �:'. �•��S V`}`•( { �:��:�iiji i 1CS• i.4 i f—t rr:� l •1.'.h.L .1 •.. 1• /.v-,\` Z s E a # l .,daft 'a • 1- d g-l hli, :030 t • 4 3.4.% -•+l `�- 1. ..-ta �`l`�a� "- i fg l_63�t�;'', .k' ,�A s 9�f�/Y?.•;�r t' ate•' )- i,' a L"` _s l o-ia _ )1.--!4314.0 \O I 'j I . u QO \ ZS o„ (,,,_ ., w ,, ~ 0 0. � CO ti o I Q CO I •'a b M d' Ri ,� �.4 V o �. o0 41)tt .13 C7-)•� fi, co 0 rail V 0 I .l •= V N N . , = - �, �- 0 ♦ ® O �� Q.i N N (M..7c li = . ,....) cn -ia 4.1 I g o `§ : •C3 u r c., n X U ■ o F�1 h O 1 O M d' a Q� •a 0 o v II w L- w •^1 CI co N "v � O `' '� �, O o o CL V N v o U ® �o x0 ,.z 0.) m 11114140°11°11/44* W O � � o O ..t:z■ N Q oa H Z `_ L1J O O �9v 1:,_-,— CS • :.:. „i I., . . ,... ,.. , _ ,...,. L...) CC) .4., „:6-,,, c.40,... .. is, , _ . z , ..... .. ,. .___ z . ,... 4.., ...„ A. 411111 --, -z..- U O f-, 1.S 1 3• . . • t3 E , Z 1 i z N 7,1 _ i .d it .-- _1 1 . i Ar --.. 1 4 4=16 i i fli '( !t' = 1 t = 7.3 1 14 th. t:t 1 ...=°. 1 = t4 1 . , fE, ai 4,-. i ,.' ,‘,€;\;\-13 ,,,,,\ kV 'tit"' 4 I A ,e,..., L:k-,:.-=2.-=-1\:\ .\-A ._,_, , i t ‘4%4 Fl?( .-:R1 77 _ 1;--41 1.1—to ts 4 1° i I.* la 1 1 — ut 3.4 \4N \a, -.-. i,-;,- -0,,, op- 04:1, t ts z 1st 4.4 i I 1 \N::_74__ _Y '5 =4) 44 1 i mil 1 i ,. iit _ ___ 4,..fit. 11# ,4 % ii %sk . +.4. ..=.- v: I -$to °' I Ut 1. i 4 14 IV 1 I 't I t ,Ir . Nk 4`. t 1 4 1 t 1 = ca,t I 1 41---4( ,c-c— ) * Al 4 .1 m=--- 1 (—N.,1—) - - - ■ ES d L 3 tt w W iii 1 \,.....J • .1.....1 'L W... a _, E cp \� \ N ►-ti - c r--1 v ._ r----1 �+ 2 M 4,1 M p. �+ 1 ....� t v a `� S V Q s Z o O ct 'rte _. O 8 S_ t T. r ■} 4 N ` 'CSC' �' n "v o 00 N. �i V V r...... U s v 01 CI n ,- O u O vi v i M N E. 2 i 4 F- i-i re- m Q ::=1 L,R. 1 Cl) w up Ct 0 '•O ?lid •,..- O • TfiNNI4 ;•.• *= (1) t% ;Mli o(1....) - ui U. 0 e 4--a om 4..) 0 = 0 R ...c r—iii P-I 0 s_ LL, ..,:_o 0 4.„ L. el =-;;;, 46 , = e_o e 6...1-... ii;:;-%, 1.1.4 o ..z .s • •••• cf3 0. , -.._ _ t , ., ri) , cn --7-_ I- , 1111111114 Lisa2 :(4f,.- a, _ ,r - c4,) . . 0 o . ba P.- CU ''''' ' ._ .. L..... E 0 (1) O o ,o 4-1) IF, ..c-a y v3 Ili 4.) ct o 1-0 (NJ 0- Lo 4.") 0 � � Lc)� � 0 Clin a � � N (NI 72 N a) N o C 0 rah' r 7-1 Z •.... 1.- .4- i a I- W Q , tn O 4 co ao oN f 0 IA CO Ti cft C E t0 iI z ®! ?" C !0 E ull 15 Z = 0 _w 1. W w J CO. > N co C M W ` as W eg ® 0 LI f0 ® �' � ® 0 EAU 11)% !g N ® C 7 N N er0� N u) c Vl z W 0 0 o CO C O V m 0 I o CD O N 1- ® � w o ®, w C en Q I. I. it 2 M N 3 en r— g � o O. 0 V 0 0 Q' o A E L C C NI c o C .® �: �to IA '— 0 i� on — Ii+ td C .� V E C .. II ii — J U C' 'to u to 44- >, = . con � 0 4 N N ® n .. � 0 u v .—fp — 0�' u C C C O) 4) C 4) c 4) - IP 3 d W co �10 U u U U_ U_ .� u V Z X J :! u J GC J . LiJ AL (3 as is..„, • Co Cit a ,J CI) W-1_ h 7111117i 0 0.. ;''4 r_ ^V `��. V./ ■ v 0 • .... w •�.�i�/ C 0.• 4..A rig-4 W 6: r s 1 rilim4 %., CD J1i A' �/ Liummi C4c4 cc2 .AI, Li...,;:7-7_,..,.=-''' : 0 4., ..r.,, on 5-,-10 • .... 4-. Q Uo b c mri 1) 4- ■_ a 0 > .o. ,I...) (;) 0 Ct 0 0O al PCI 41111j a' LO o a c• L (1111) t/) N NO a co cp 72 N Q (NI v "' N E C 0 a-v cn W Q Z c" 4-•• .• ° 0 n Ct "1:1 °- v 77) .Z. 0 • • cu a 0 • Imo b�A L- tL L r•••I4 "'I `!".:v 5::: a... 4.4 c ft,....i..... _..1 = .._ .6 Li.* C4 to', (I) 1•••1.• i .' a- W a) 0 c Q 4 u LE tits 0 V 1 (1) v O 0 C 0 ‘IMM 11 V y 0 •— Ct O o Ln a. to M N 4111.1e a CA N N CO Cia) 0 00 N � N N y C u -: Z •V ,� .= a,..0 W Q r .�g.w st,r"' �j'.' ';1 1■' ..J • 7 o '4 if, . ? ,444.44.,j;, R r I IVO O.,}-� —' ❑ o 0 F" W cn . ,, , 0 Lld ... ..:, .., Z ® •—J Q •h o J CO w W 0 O—I a E w W I O aZ ® D 0 U. f w• eL 1— W co w cn W� Q D0 = a C ZCa Co ` rug E LL Q CO_ �. W Q M I o. 0 z i ® �Q �� w O WW.001 �a . ' N 0ZV� _ O Q W _au O� �V(� i Q — � ° QU c" ~.mow 5 . °w 0 ' 0-�.N°a �W CO u) r ,. m .. co d.> .a) WZ�Q - o ' 2 co co o ®.D z,�._ U ' cv — W t.J . , 0 ; Z, co N N C CL ap W �� o mM0 Y Wi z to a �_ w 3 J .CNCy( F—ZDW N � 00 N U •1 >-, ii ,' i 4 In (\' c_.ti0 Q . CA 0 zw Cr..1 H . Q Qo 'U W ¢ U ai) Ca) •, c 114 t/} '°c L c� M w 0 Al cn 4, ''C u CI) "4 Ct — Crr ^. ■.+: 0 .... ■ + t () = cl Q Q .0 N N v DI C C .x o 0 5' . Co ' = a > s.y, � C. . Q on — P-' o c.J :., — C tt G 4� C o • 2i C1 N e .; c �=� 1• 1, VaN . ,-.4 Q - ° ..4 a .z _ , ... ,...1 g >, W W '� I �Dq : � wd G h4VO .9{, iL s... .. r N Fly �iai.111liu 1:.!-=.,--?14 :..� ;v.-. ~ Iii •? -.e•• l!' °0_u 4 ' . In a F, 00 N U y,: v/ in Q In • 2 Nli Z o x C/D sm. ct • • ,.., W Q O cu CD = v, .--' cz °o a cia - `n r..4 c� 0• CD P.4+ I• • Q. " > rn cd I �. C as T o TA 'O• 4o v1 r...1 a) y y vy, Q .tt o O C y 03 0 3 cu CU E .b p., % (=I D• • . � o `°r..r.... vo )4� � a w✓ ZM O ® 41'tg ® M o vi • g w O R. • Z • W4 irm • wP. a' 64�u'r,:Pl • Z o i ,' .• w V E' f 'I I' '101 ° 8. • p i1 _in�ir••`�• 8147////'/,, pV 40? 2_ of/!/ri`y j . O t Y r. //w;;// a PZ. '4 '0 -•-• It. , 4%,, h'r. flr!/r ly' "r er‘ ' 6001 '.ter 4..... 1.c>, ,solar.% I 0 Ca 17 Of/l. Y r VA tee ilmer !Y7r11/r/ !� ,+ O it 1i cm�r!/a �i , �.; VI P tzt a c..., 7.... S = .U., %...12223 41 4= 0 JS $4.1. ir it u= do ..., .0.* Cr u,,* 41 0, .. tie t ra 14 ,.. „, 0 Zo}1.111 '' './7'-'---•-1:Fila .e. = In . wiz CI 1.Z a '.:W pe,( il! 1 '%. 4:14 tgi = VI ..t. 6. 4 ... a la 04 la ,414, „&, )< ... 4=0 CI Zit 1.1 ..= 4... 10"' MA'. =,.) r; ''.. \ 3g UI9IP::::;,4/ "c•A,.. ...•0 = 0 a .i... VCII i Q ► c.,O �V1 44-, O ta or e =a, .:,-„,,,,,, ,,,,40 ,.... tr M IMO la Cr 4 MO hm//f//lrad/r/i pr rU/l/ Cr -.n ., .-•• Cil j r tr cr Zr Cr r. ii T�� O ill f/II'f////r Ast 0. i /1!!!///!/�/1l l !�� igira,,,,I//''. F'i't !1f, /f!A%/f/rrr72,, r .rJ l. . rlfff , AS A* \ ♦/ / .ri ik,4 4:W4-.-/:: ....Sk__ j \,..111:it , l'igli://7° , •..; •.... W +.r :vim iiri j •r rr O /f///"j ••r •J M 40 %// 1 lat 4,A ,=■ toot 04 Cie 11:i ill tre z f ,..=\. V it .,.®fir 4.. = Z4 ii///,/ O p r0..... . i■i/ .-,$), ---.N ...A, s... 7; t t.... 4 . , ,,,,,, Ulf N c ,„......,.. .. ,...._ ....,... , i. ..4 ,. .., a .. = -& 0 rJf/f/',_/!at_J/J•�i 'rt '! _F�+ A;iiUJi eN PC, =1,4(////2-; rf (�'6 ,,, O �� ci it ust,,,.'-- -.., / 4= im tt tor""'► m c.,4 M e 1 ifs t gt r O � d , iitr i le e,,,,,,K/ O /�► JJ�f/ // PA 1;14 Cloi I�rJ////f/fir ®lq = ,i:.,,. yam, ry,� 1 ,i 1,,..,,,,,. W u=g 4=24■ k1 r/JJJJ/J/%f rJtfl/llf/ A 4 9�ir '+uarirnw/....„: „..., ,,,, i .. . , .___ __ r . . . , I , • . -- .', C.4.' • • .., .: - 1 ,,, r, .. ',.... ' ':, l _.„.-', ;'-', P Hi,,,,,, ,•;,,, H. .!..:. i ., ' . , . , ,..„ ,, , ,. !:. 1 '‘, . . • , ,, ,r)ii,I. :,.. ,, : 1 , ,; H , --' L-- 'It,IL '', jitr ' —jii'"!1 c.-,—T! 'il;;E iF-it'; i-•ci '1;i ::111 -$([4Tir tll.C'T)I i'Ii i■ + iPi, jii14-!' . . '. .. _ r, -.- ri — --- - -— - -- -- ' • .-.. ;■."'...i i'g i, 4., *PL,4'i).1:1 ‘!ic .;.1-1.ilt!li"7:!,.,1 ',.1.,',Ii.‘.:-'"4 '.'P:i31.1V tI;P.1-.):I.L4°' ''; r-11 11i. ;' %111 111.71 111 111C' . 1:11;t:'.LIN1 L 1 VI te it114'.it 11 kg 1. 1 --. PiL.-11.(1'01,71 till--1 ti e-L' lka'Atil 111 1 L1,4 er Al • '- 1111 ClC;Ili ter al UCII I'E„.- - .!■....,',!'',::::--11:',Q',.71 1:4:,, vil:i 01 ii--,;•c., ,o.,i --., . ',,i2,i;'''•-• 1-4'U: iC'17,1`..- ''-- 1 1''- S - 12; L ic: :''.41 :1';'.'E. I ili.-11(iii4I . r''-;1 Y 151; °PT ilr.'741L"I illi"2' . 1-:I;-.-.,-- •- if‘-. l''---1.---iF:1 - .-74'-'-'' '''.4-.' Z ' P'1r '-' I. :' 11 " IV 'Fi 'f It''' I ';i f. ,!..„,,,,,, .,,,_ r,:i .,,,.,,,,,,,,,„„,.,,,,.._,,,,,, „, ,p,,i,,,,,_, • ,J,,,, ,,;!,,.1. ,I.'1,,, ti LI , ,,,,,, ';.., :. L, -- - .i .:1,, ,,,,,, ,,,„..,„,, ,..-i:: i',',71-,,-,--.,-, -,;:-i„,,:.' ,1---,_-,:!,N ,ir,'•.;4,,,,,, :i''1.7 i-,,..','•-,-„':!`,Ii,„],1„' ,„...--. P.L'.! ,:.,t!. iii:;-,,:„T, i•,,,tiz.---,.,;:l i7:..-1,,,j:I.!3_-i-ri:, ,y,ii.:4_:.'"f '11,-,37 iii,- Ir.,-,,:lr,,' elf: ti".1 L. I.-i%iv I-[T4' .1 .. &.„,-' 1 f'• .-ii„, i'i.,,.: ,, . . _ . , , ., .,,,,-: Zw... -, ;•••• g, k i 'MI IIII i , . 4 i . , A N J j , .7___.... ,,. , O N �I a j g % , ,..., 4 __, `.. c.) , , A l i, ,„, ., ,,,,,,,. . , , ill , , ,, „, m 5 I .4 kl ,, k 0 E iri CI +., ? %) N - Ommal V CA .4 1,„, ti .1 0 t, 'ii," g F:4 1, ,Z p i • 0 C1.4 > i' °' 1 Crj k t Nsesg:1---\,, 1 QJ 'z ....... / — ILI4K ‘1 •rwl tl ° vd s k ''g ' ' ' on 1 Ir.° gH(15.71-5; - c, ,..., 1-4 •,-1 ki..., . 036) '' 't tip 00 4t, ',,z, 1 . H Z A vii...-1 iJ N , - 5 U t E 4 I . . . .. ... . . i, - , _ . . ‘ A -l't 'N _ a IN .r r ❑ ` Z 1 CL 174$ r r • _ 7 < S. : ,• A 1 Jr: a ii-1. W� -I .} J �� ioy U .+tom , y •1 .. g II co O co °o o O J in vr Z Y 0 Co a CD Lli CD J M W en Q en 0° y J J I"W >- o W O CO — °� ww O a• z Ce u. DO u.• ay w iX W co U U? a LL(Z Q I-- Z a }- m� cn O2 p 1—a z° Wm (6 wW CN co Ce r.......1 �M Co d zip W 0 �� D%-•_j o IX 0 -1 r-% >0 in z WCDUN in z0 CL N-0 OZ OM Jm o 0> QU cp 2QO ZJ O� WI— ix ��;v_� �-JQ cn Ili tn— 5 a3 QUCt - O Z O ? N- co o Q.� wco0 o co z °; � 0) a) c QaNO0 W ��� Jrm U , FE IZ Cl- a• N It.1.0_ C) a) E 13 a _CCOCX I-ZpW • • ,- 0 ;' w J W H I— Q F O W w ✓ z w _ w H w u Ul b ® u z y, .. (.7 C tf) G4 . Z ' ■ VI z w a .. s ® W Q w a w ' limm. = z LL W z a t 0 w• E- N w IL) x z Ce P4 o w z w �' w 0 w 00001.7 v)w Q O 04 C7 E • ¢ CO C 7117100120 Imm 1- W 4 z Q ° w 17171717110 Et Cd d. W O a N w v V `S > z 0. L 5 `U z u Ot 13 W __, up 5 a r x w¢ H w Z C7 ci�w Q z v� ,- o in J flu min all O CI • w z W .q a w Z °� ] ° W W w < ■\\Niz. W -J Ce LD 4 ro L J , . . . . . . t . • ■ ' . - ' ' -, ., ' - . , , . , . • ' . . \ , . . FT ,: ' . ,,, ,• . „ 1H • •. ■ ., . . , . . . , . . , .. . ., . ■1m) CI •pmo .'i ••••1 . , . .. • ,. 4-1 4 iml = 0 1 CZ CIJ •immi (NI , . •. c4 4:::: col 6. . = u •imi H P4 ,... , im.cio, , . i C 1;1 2 le'41 , . CI) .11=) PC 41.) C.) l■q - H !■... < < ret . CI CI4 c oat .a.0 D a i 2.: . CA.d. CA CI) 1-■ = PM* CO CD = •.■, z .. Z CIJ CI = C4 i 4 cr = •• ...., 0-4 •- c, = = = — . o •.., 0,, c.., , CD , 111.1 117:11 i—i cu , = •PO 1 Cil: CA CD ;mg z 3 4.0 Ul , . CA CP = O■i . . • 4)IM1 0 ot . , —, •••1 co* E . . , . . , . , ... / . , . , .. , s , . , . i •-' i',' .., . ,,. . , . ' s ., ii.,:..,..:.1.,-.....,,,..: ..,,,A,T.,,, :.1:,-._- i.s._ . . vVVs v ®9a vv v v a v ,vp �--' v®® ®��'-� ®®� .-®�®.-, ®�®® ��®��®4�®®_--® ®'(fir��®..�r% ®fi14,101� ANovio fAVZ aw � Ak1fiva � ON,1 , '1 0\0. 4,0,0, i�®j�'\0x 9,N,O1 id//, �‘10,�,t/, i•=tf•Ke.- a1,31k#/ i�Oj�e\�.� 00 A0,,1/e..' (((K((( })))))1 rici -Sc-F- •-' V�� ! � CCC((((( o ')))), c 1110.14,...t, Z q...= cid „„ .. 4-, `1 )-Ai iitsr, 6T-J 4... be, , .E .40 h.*, 4._ t) E 0 .2, iie, F_<(K(((( i '-)))y)))_ 1/4 'DA cn b.° U -83 'Irk kV m Q 0 ` 7•44 �/,41,-_-4c(t 44 Z 0 a —, ct p_, 4-' t■ a�� w ti g 4 Q .a e, -0®0 '(((c a 0 a .')))))))) ed./� ® ®` krk, r„, , ..... c:s , „, ....,„ . _ . 4- ......... ..--(-. 7,„ (u . „„-,....- <C((((( I) )))))) ,„,„ 1.--4 E ',,-4 ;175 ,,,,...,., 0O7b 14-, 0 a., ci) :="e(C-c -51 --cs J) )o(( u ;.--4 firilizrt L, (/) (I) 14% CI X 011110.- .- 4—, 4 it:404 i */ ::)))):1 OO\!/// i�/o4,�4 \\y//, .41_ X19; \\0// 404�Me01; A 8 Hour HAZWOPER Final Exam Page 1 of 3 8 Hour HAZWOPER -_- -Fi�a 0 Exam __ _ First Jordanna Last Rubin name: name: Enter Your Enter Your Use ID: Rubino Email jordanna.rubin @shawgrp.com Address: Enter Your Course 8 hour HAZWOPER Score: 90 Name: Date: 2/23/2012 4:53:43 PM IP: 65.82.126.103 Evaluation: PLEASE DO NOT CLOSE THIS PAGE UNTIL YOU HAVE READ THE FOLLOWING INFORMATION: Congratulations, you've passed the 8-Hour HAZWOPER exam! If you have already made payment, we will be sending a Certificate of Completion via U.S Mail within the next 24 hours. If you have not yet paid for your course, we will release your certificate when we receive payment in our office. If you need your certificate released, you can pay by credit card. The fastest way to accomplish this is by downloading our "Late Payment Form" (A link to the download is located at the end of this message). If you need your certificate expedited, we can fax or email a copy (as long as your course is paid for) of your certificate within 24 hours. There is a charge of $10.00 for this service. Click the link at the bottom of this notice to download the order form. We appreciate your choosing Compliance Solutions for your online training needs. Please let us know if there is anything we can do for you in the future. Contact Emails and Links: http://64.207.30.230/IMS/web/webquiz/quizzes/8examhazwoper.asp 2/23/2012 8 Hour HAZWOPER Final Exam Page 2 of 3 If you have any questions, please send an email to the appropriate Staff Member below: Online Instructor Email: instructor @csregs.com Payment Questions: accounting @csregs.com Course Comments: comments @csregs.com Additional Course Registration Questions: sburns @csregs.com Expedite Certificate Form (fax or email copy of certificate within 24 Hours) Late Payment Form As my way of saying thank you, I would like to offer a 20% discount on any online training you would like to purchase within the next 30 days. This offer is limited to courses purchased with your User ID within 30 days of completing this course. You must have a "Promotion Code" to reduce the price at registration. Before you register, please send an email to: comments @csregs.com Make sure to include your User ID as well as the course you would like to take. I will return a special Promotion Code via email shortly. If you need to review our available courses, you can view the entire list by opening our web site and clicking online training http://64.207.30.230/IMS/web/webquiz/quizzes/8examhazwoper.asp 2/23/2012 8 Hour HAZWOPER Final Exam Page 3 of 3 Sincerely, Jeffrey Kline President/CEO Compliance Solutions Occupational Trainers, Inc/Compliance Solutions Group Jeff_Kline@csregs.com *NOTE: We suggest you print a copy of this page as confirmation that you've successfully completed the course and Final Exam. Keep this print out until you receive your certificate. http://64.207.30.230/IMS/web/webquiz/quizzes/8examhazwoper.asp 2/23/2012 t. ,'':•••7_7'''.=.7;- 1 -,.',. ---- • - ' - - -— — - - . -' ' - .- 1 , ■'' . ,, ,. , -• . ' 4=9?' *1110/811.0 c cl' li r, •I''''''', t ii.lima* -•)'- at' 4.40, 44 4.....+ trk P: ql•-• .1.1 't 0.1..- ' I.7 at = Cst Smit Zr viost 1.4 = — ,..., tr..., = 4.4 ...a .. P., e I 46+N 30D 'r-• at 'CI tikt .4, H.* We 7°' Ge Cti 'tow tia p -11011.. t .-64- s 17,:to. t ; ra "" $4 41 Ul. 01; ti Ptrni 0 11 t si, ,.."., k 1:3 .=.•1:‘ as7 :Of' 941111111114. a v .... tivf Je#1 ,.... 14 • . ta . c. ...., = tot; 4 4,1.....0. NI‘ . Ill i . - . , . .........., ,.. ...„;,....., ,,,,,_, , , . , ,,,,:_,. i _ crib ,i 1 , ,, N. I, . Il ,ii*Milk i il (leir..:i2i . N.,.._41 itiiii, ,&, E 1 . , ,..N -, • ‘F., li 1 - - . F ., t . 'Z. 1 .-346.4 1= Ltaiii. .-I "" 1 1 • • 160 %* ,. **PEA , • 4. 1 I 1 i ,, 4 , . .4iiuti ;H 1 , , 1 , 4 ••=ri i ___ , W 1 __ .._ • .,._.• , .--- - — 1 , >-' 0 0 I 0 + 4/ 4 i t:n z = .„. :... t _,„ , .4. ,. , „ , 1 k Att 1 .1 W ° � Qt i t* , LL. .45. t tZ: kt-k-Af I L t4 LH � p i 0 i tti= 4 �- O ��� 3C4-t +<� k =4-1 1 � �.,! /,,,;/,/ 400� � LU 1 th ICt t& T.: i ,-- , ..,:, AMMO ! 4. . I..6 ..4 4. k D 1 T4 °`a m`' e- t 6„, , t .11 3.4 1 \- \?.c. __ 4:,,. I '4 I 0 (/) a . Z ,, _ a 't % ri 1 sj a ' 0 t 1 1 4 W 4 z .J , , r(oto/iiii I 1 co 1 2 IN laio igt ,c., li, ILI 1,,,-,„ Cill) Wad g ... 44 CIIIII rovit141160 .% S i 1111.1 ■ Zo ' ` ,'1 v...1 en 1 elt 4.■ millgi Citt = 4 0 ilili CIIII w .� N zA2N g M ett i • 1111:::: 0 ;1114 4 - t= •11.1 Zi limo) pm* . ® W W t'e 4 • i e •‘ A r t::::11 V d• PIT4 : %No . , ®� 01,1111 c to) • w 1 ® �--� 05 4 %, 4, fig N ,_•,,: .., . .c.5 ...) ,_(\-N. (AAA --41_,H, 4 w cm?® 49A / •.y� p000ye 4'I�a.4, ,,`,:-: ota.• 'Ilk -c _ .:.' . 1,,.:44;0:"...',„,i,41,.,:,,,t PLA—.1.;.31cs, . W tV" '-,-,''' ''.1"i u'.:.fait.:;,_:17) ....-4,.s.1,;,:e..1. -••■• s � u Q • 7� e" o o 4 a .ti, i,,1 f Q0• g J _.f� s 3y3S- L, a ;....,.,„,-.12.0:4.- 4,4,.....4,-§„:-:-.::: 44 --.-1-7'4.1.,W-Vi,,:. -::: 4111M0 . , } 1- . te. U Z I- §▪� .:r`:. 4,-. 7.'.T*',,4' ,;,, vigMEMO • —, LLI CC rg ,:::.:: cc I all gt . .,. . ZSI LL1 0 CL CL I- Q U- „AR: Z O •o aW -� J ,� � W W Q Q ill Z UJ W W W — W W v a > > O p u O Z U 0 W 43MKOI Z J .,..1 p Y Q Q G) Z V m d 7i CU W °� Z Z- O w r' N W tame F- W Z V 0 LU o Ct ce W I = J N O W Q �c C a� L LI al OA Q W -- N n 11 CD 4114 1-' 3 VI - CU E 2 cc W O O :" ca v Q I D A os im E 0 = C•7 c offitit 0 cics •CL o F�- W C •I.Ct 41-!t c/1 = Z > >- co •� a. o m _ .r. — �[—]4 Z u W - 0 ° �„ —1 LLI Cid VI 8 H 0 co = m Z O N _ , 0 ill:: . ce C1. w O o • Q O .g4 ) W o ,, I-• — lA •�\ I t rte{ . ... Q Q W O W . Q Z D u.. = _ • > Q O 0 � Y c "' V VI W f • CC W Ce 413150* J O W m J d Q =Z %Me X < ‘,„ )k.1.14 :..:.:.,:,; 444 O• V Z '`1�II I/� - lammitik `�• _ O � ••• � �� Z > '. x,39 ,.... 4.-.24.7g1.*J'.:%.. . Ann. _ _ 4.4t,,,i-ti„....-,j vvo...,,, ,:Atioyl y`t,,V. a ,�'',Y'-<'i- _ '1 - ,''/-''�%�l�fI l!''fry}�lt�\\\F`M�\\``.\ `xTSiz.▪•F;try/z � v i ,....---,.-.,....---■.... . i F • "'"'.. ' ,4...44. ,, •,._•t— , . ..."...' ., ir 1-•••..c • „4,t•I,;..-f..P, , ....v.,:P— ,P-'•qi • , r,—..' ,-,-,,,q; • V-. .'' -..,..1., ii,, I, .*- , , - .i, '. ';••':••••li, I ' ' ' . . . . :ç 4 ;.4-.f, •; ':,,i- g 'ril .4- f : ' • .C.-; 71z It •4 '", '-'4',:i C.7 A':! ;',' 'II . • to --..r, 1, 't • . . . . z 4:,k,..- 't:,... ,.014. • :'''' . , ...■,,,, Z ,,`'..T',7'.• ..1, .■47 i V ” . . ' • ' Z ril <3 ;,k '... '.... 0 . I'.' ' ” Gr. - z 1-4 CZ1 E4 ': - , E'4 Cn • g , ,•1- !.r--,:•..-;.,A; 1- • ...f.,' ,,,, l• ,-!, .1 '.4 "Col ' Da 4,..!•,... ....,,, t - al u ,, C4 0 = 1zy° i' -, ,• :-..".I. • •MIME .1.4 .. =MEI 131: C•I) a al g . . . -,„ = . O . . 41 ,,,.., u., . . . C/) . °-1' t.) = pre ,4 4, F.4-4 x ..., • . ... vi . CI • 0 W C C . ,-, .3 E. '14 E-1 um! rx4 r...1 P 4.4 . X 0 =.. . 43 co cr) ' Ms i,, ,• ,. ' .. oUNC/4 3 ,. •11.11.1 I= rz., ' ' • •Zi. 43 A C.T.4 = • 4:3 =I C., "4'4 tr.% w - _ „--- • , : , , •• amm . E-4wrza. ., wx , . Lia t cra 'cra 'r--1 ' ' a) •(47) . + L Cite:1 0 • CD ' E-I Immn -.4 • L4 oa = a a) • 0-1 i, • ' - .. • &D.'SIN ' A = = . C .T.3 )la 44 a) - . W. X ° ..1-4 ai,) . z ,., r4 . • W c., .E. ,, A - <4 ' Cri C.2 Z C4 . C ' • '' . C/3 ... ............4L 1 - C4 Z - IICC E...' r, . . . a ......, . <4 . • P4 C) r • Lu i co ,C13 Z . LAII pd 0 . 0 0 :4' - • _ . ,. . • 41- A Z • a , . • , , '1,, C4 icr _ ._.. . 5,,■ , --P..., ' M Z i ,.., . • , - . ' . I •' 0) ,. ' '.: . _ -. • . -,I , • - ,:: .•./- Y. • . ,V '-'g• . ,--- . , _ .. , „. . . , . • - A . . , . . . • . ,, .,-. -,I . .. . ,. • - A •-• filitTnneelm td..ii...rtrt. -ERP-IN'fig M 11-7. . - INSE %IN kiA10nnp- MEEfflilail tittle-iTri - ' , RIMM - ett.4 .--._ g 1 , Ail ,,..._r_L -- p . 4 -Eumnier.1 , -- Nam. milrotilk ffe',i 4 tl.i.9.---# .....itiralirsem..%;,.; ' '1'4,' .. ' „. ,,. . v ._ t - • ..1‘___ ,. i itg ----,.. - , .t .. MOIR ESE°1111611iii i'M V le riellminn ,g, triple, .,.,i-.:-1 ' -5111MEWA .mmittilaii,-,,.‘k garw' tu livii.,, I 4 :,tur+4,t_.--_,... _Te,.. ___---740 ISHRIMMIN.0-0141' •-■- tw na- 4 , , W.' ___,....... ,,_h -- tHr.... ...,___fte MIMES . Y la ' * - -. .- MI -,-. 4 - -MEM qa.,_.1241. 1-r ialsCsalri• 01119,,,,111 n" F--, Ti l,1 It a im- - --,0 w_u_i_min tt Armr= Zir artm a,.!a ,rt'101*MOrr .. ,.--.% /___.--IO! „,,,oe _ IllIA 0,4 MOM' reiNri,-,1 ,.. IIPBEHIREM -...ffilln tt afflel Om et"roPri , - -..... k -". -IllitillniglAi ILEFE .--,'tt .., , mime.. to 4,44 ii; "IX .4 • „, ,.. .......„.iii, gi.,,.. . . _,......,, 44,„,,.._.„ . -UnitM...... ,.... .....2111 111tiM5-1101! .:' •'4 ,.- LIM em. I-7'74'7 '" ,,...--- am' . "....4441.,0"flirt4-4 ' ..■,-,.),;S'"ML••••''."Mr°47,7•=1=--. .. I.-.-..lf 74-44....d,ir '....` ' grittiv, --±....; - ' 0 W--44:1'''.° „,.IHREW Elf Eulf. I 17.2= 1;"" ' 01,1811 well II rtr-ri,rpr 'i ''...'I'-- -• . ;-• 0.. ;(f.=....7-gumemEnt ingemmairol-b 1;;' -.*3 „.--_It ..t.,..-.. ------ lot ' ''4, - `' ,1..--"witmol.P.PM nemLinatii.1., . ,,,- • tfovn#6!Pt iiiii,otw 2.1ft J_n ,-4 - :- --- 1mBele SPIRIMEfteirif' ,' iF*T--A e•rt O e.-g-4,ri it' - ... Pw.rep iwry.li..•• . .a Dm miimpokurie ,000.-1 *EFT mrir q m,-,.,-ti- -- •. J - - , , • a 0911:7140 , . 'L.- '-‘1211/5111111Eq 11.111111j111'..-‘111.4ir '.. i ItliMill""•-•.‘r1...WIWI”II e'LL1''4.I.43:MI , ' ''' .• ' . - ' ' i' ' ; 2 322'2'224 .. ' ‘4JSZ121! • •‘1.-' ERMURFAI •••■•• If . OWE_ ___ti....F.. 1 IOW t?. .'lit • •• '.V,.' ■- , . IP MSS ,,a., .'1-114 4 . rIL..-1--,'.4.,-.-_ At "„_. ; , , ':',_i '99 115.9 En"g1,4k..115. .,4 Y . . •.„, 4r..., -.4_......,_,..- - .'• 4-..---.......■w. -,... , •'.7- ,',....'-. lti IP_- .,e--- t.9!!lifrB WE F1.1 0 ..tE .,, ,. , .„ as r4444..... ,-. ,,,. u •1., -•,.. den...,ofdl 1, . "" ,--.- . .. , .-...• .---..1,4 _„.....,.. .,-..• _1., 14. . ligir ..I /31.a : .,04. 10=1....*-,'- ''c''• Z-V,:_"1-'• -74.it.. .111:=1,' e= ...N.." , .. ,,,,,_, .‘ i _ ._ ,....!.-„.., ..._ ....C.,,s ->,,t,} ...t 4-11iNi,t..;* ,.,.. 4,,,...,• 1,11.112._... ''1... ''. ' ''-'44g ''''''''' lik••11 ;•.i.•• • '''•-- CI .-:.•er4.--••Fi':;.' 4:.•-,4-*• -.:...;-.' 4, A,T.--"' . •••• ,.. .,•:•:;)-.:,-, '7,','•-■:=0.-' '.,,..,.."'Z'•, •`.':ti,-.,,,,,'-'. "1"' .4-.7.;;Wm:. ,.........7- - . . , . -:. ,...----.4- 6 • 1 ...1.c lri, ,•ii ,N. , -,,,A.4 o'," `. , i,..toi . ...t,,.di Li, .; . . ,',..4.:-,-,Jr-1,-.;er, :ii, i r _,•,.-.1,,,.., r_il. r.■. ■ ,--Kin, i ' ''.: ',-4.' ' f` 0,,' --,- 4- .- - ..• '' - , '>',-• 4--'''li•ff•c;■,, ..,z: ....al i.,..., ■ 4.0p...ow," ,,---,-,i• r", -■;.,'" ,-., ., --- 1 ..-1 I-..i..",--- . J_-,...........,...-- . , -t ,..... , -1- . .„. - ...::.egr-00.4j3 ..im, .. ._ IX • ....t3, - I .2.. • r•',... -- ---...................,. , - .... . •. - ..„..,...„...... .,.. .r - _..... - • . •..• ..," -I .......0 _ - .4K-44staroPC•L".• . 11/ .: , -..-•".--,_. ' 1701.1dlir Cr NJ _ .., ..w M X ,....,c. • ID and _. , 2 - - Tab — Experience an Qua ifications _. 1 - _ - , rt• _- -.--. = 1 - ----- or _ , n - - , MIMI• - --., •- _ ,. , . _ • 0 .. ,..„2,,,i' • ' ° • ° .310.', '..F. /,4 f--.-,.,-.., .% .4.- -..-„,. • -----:--,7f.t-ii. '''A,...t . .: -, - ', _._,=-AF..i6,12?-•.„fg. , 4.1- P.,. ,ii„____,-.1v.,,, ,....„7,p•-...111(102014 .-, - ,... .... WV., ,-.i,,t-,.,,-_,Z. -.711.-',I.41.; ,, ,.a' -. '..• .,!-.,',,,,i,:_,- .4,17,,,...*•..1 ,,:k4.,. . .. ':. .7 . •• -',.,4 ----- ' .,,-a ./,,....v,...-1.„, -4;-2.--..Z...,--e7__ .1.„..,P. • -.- -- -:...a-.71"..41.t.,-.:1"'4-!..--'....-...:x".., '';;,.-a:4..--r--,-,-:;.47.,-"1-tir. - 2.,`.2... --f.--• -;,---,'4 ...%.?•V=.`,..•,..■.,.,-....As,,7.... I - 1 City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. • ARCHITECT ENGINEER QUALIFICATIONS' PART I -CONTRACT-SPECIFIC QUALIFICATIONS- A. CONTRACT INFORMATION • 1.TITLE AND LOCATION(City and State) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER 9/12/2014 _ _ 2014-346-YG _ B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Gordon Thomson, PE, Director of En•ineerin. 5.NAME OF FIRM OF----1111%. CB&I Environmental&Infrastructure, Inc. LP.4 2481 NW Boca Raton Blvd. j ; 0 Boca Raton, FL 33431 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS 561.391.8102 561.391.9116 Gordon.Thomson . cbi.com - - - _ ---- _ - C. PROPOSED TEAM(Complete this section for the prime contractor and all key subcontractors) ■ (Check) 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT Pr CB&I Environmental& CB&I Boca Raton Office GROUP B ENGINEERING Infrastructure, Inc. 2481 NW Boca Raton Blvd. Prime-Environmental Boca Raton, FL 33431 ®CHECK IF BRANCH OFFICE CB&I Environmental & CB&I Miami Lakes Office b Infrastructure, Inc. 14350 Commerce Way GROUP B ENGINEERING Miami Lakes, FL 33016 Prime—Environmental ®CHECK IF BRANCH OFFICE CB&I Environmental& CB&I Chicago Office Infrastructure, Inc. 444 N.Wells St., Suite 602 GROUP B ENGINEERING Chicago, IL 60654 Prime—Environmental ®CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ✓ (Attached) STANDARD FORM 330(6/2004)PAGE A-D-1 Cl ty of Miami Beach,Florida CB&i'Environmental&infrastructure,Inc. • STANDARD FORM 330(6/2004)PAGE A-D-2 City of Miami Beach,Florida CB&I Envhonmental&Infras-tructure, 2.2 Qualifications of Proposer Team STANDARD FORM 330(6/2004)PAGE A-D-3 City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc. STANDARD FORM 330(6/2004)PAGE A-D-4 City of Miami Beach,Florida• CB&I Environmental&Infrastructure,Inc . . . , . . . ' a co — co CD a w a C o �, \f U 2 c vi a —Q -0 U-\\,,N,N p N '>, i 3 = a Q tii N W a, ; 2 o . c �w. `I a . , ` c t n- d ai '-a°° a i o -E E 0 u v a,> 0 M CO \ E ` _ ° : , U oU co V E O i . 3: •(...) . . . • W p w CO p i• ii• v .E 1 w a U dr I p w w c w a w n, n' I C J L L a i ul a� a a d P- a i = o i a co = i 0 i c c > C W ° v •a' w a ; = > o RI C N ea 1 _ Q `- = 3 a L y — ,� i I H co a N m I C c y .C D �`'� w t i Q O ca v > t � 2 J H U W ,.C1� w a U ~ i m • • CO • �9� a O d i • I • II C i C • a- 1� o W W • s \ •I a s ea N N Y 1 U y ' CO = c c c p \; I CO) * c a co .— Q E N Z i a _ m j m 4E' U 3 �` N Y c al i a� Q Y t in°c x c vJ .. C c CD TU- to 3 Ca O t ca ■ CO $ _ C O l a � N,i co t a i in ui I U € W , Cr • ''. •+ co 2 -g- c \ m Q o a,• ,,,, T. _ O m y t c 1 m LL C a m at o N ■c �' 3 ,, o J Y Q C c 7 m CD m Y v I r STANDARD FORM 330(6/2004)PAGE A-D-5 City of Miami Beach,Florida CB&i Environmental&'Infrastructure,Inc. STANDARD FORM 330(6/2004)PAGE A-D-6 1 City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc " E. RESUMES-OF.KEY PERSONNEL PROPOSED.FOR THIS'CONTRACT . (Complete one'SectionE for each key,person)- 12.NAME 113.ROLE IN THIS CONTRACT ' • 14.'YEARS OF EXPERIENCE Gordon Thomson, P.E., D.CE. Program Manager a. Total 14 b.With Current Firm 14 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental &Infrastructure, Inc., Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION.). 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2000/Coastal Engineering/Queen's University, Kingston, Professional Engineer: Florida(60743), Louisiana, Ontario (0031412), Mississippi, (19458), North Carolina BS/1998/Civil Engineering/Queen's University, Kingston, (033938) Ontario • 18.OTHER'PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Traa ining;Awards,etc.) Associations: Diplomate of Coastal Engineering (ACOPNE)/Member of Florida Shore& Beach Preservation Association (FSBPA)/Board Member and Executive Committee Member of American Shore& Beach Preservation Association (ABSPA)/Member Association of Coastal Engineers (ASCE) Relevant Experience: Mr. Thomson is a program manager for several Gulf coast and Florida projects. His work includes over 14 years of feasibility, design, and coastal restoration and protection program development. Mr. Thomson has been responsible for the reconstruction of 1,230 acres of beach and dune habitat and 1,580 acres of marsh habitat. Mr. Thomson is actively involved in research having mentored three Delft University students, who were advancing the Delft3D model by studying sand/silt interactions, overwash and vegetation impacts by using Louisiana data. 19.RELEVANT PROJECTS . (!f Town of Surfside General Coastal Engineering Services [PROFESSIONAL SERVICES CONSTRUCTION applicable)i� Miami-Dade County, FL 2014-Ongoing N/A BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm a. Senior Engineer—Mr. Thomson is assisting the Town of Surfside address resident concerns about sand placed along the beaches following construction of an oceanfront development. The residents expressed concerns with contaminants within the sand along with color and other physical characteristics of the sand. Mr. Thomson attended the Sand Project Community Monitoring Meetings and assisted the Town develop criteria for future development. He is also assisting in planning for future development and protocols for addressing concerns. C ,)" y Management Indian River County Beach Mana ement Plan I� �PROFESSIONAL SERVICES (If applicable); Indian River County, FL 2013-2014 N/A b. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager responsible for the development of Indian River County's Master Plan Update. The work includes coastal vulnerability assessment, Delft-3D modeling of structural solutions, public involvement, beach economic analysis, sea level rise assessment, shoreline and volumetric change analyses and sediment budget analysis. ( )11'1 q_C. Louisiana Coastal Master Plan Barrier Island Model I PROFESSIONAL SERVICESjLCONSTRUCTION(Ifapplicable)1 The Water Institute of the Gulf 2013-2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager responsible for the development of the Barrier Island Shoreline Model component of the Louisiana Coastal Master Plan. This model is being developed from scratch using the Fortran programming • language for integration into the Statewide model. The model accounts for longshore transport, cross-shore response to storms, sea level rise, subsidence, and island breaching. f1i1.CC/i( L (ors'c%,1�°�c` t; ( rg_ wf °=fr '. Breakers Hotel Breakwater Rehabilitation Project,Town of li.ROFESSIONAL SERVIC,E_SiICCONSTRUCTION(if applicable)a Palm Beach, FL 2007-2012 2012 d. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm , Project Manager and Engineer Of Record for the rehabilitation of 6 breakwaters at the Breakers Hotel. The 1.1 project included analytic and numerical modeling of the expected breakwater response. CB&I obtained USACE and FDEP permits, developed plans and specifications and provided construction oversight for the$2.3Mproject. The project performed well, surviving Superstorm Sandy and protecting upland property. STANDARD FORM 330(6/2004)PAGE E-1 01C082014W City of Miami Beach,Florida • CB&l"Environmental&Infrastructure,Inc. i ti)`TITV_L n465..l-05,`a 17fka\{ (:)VEA : raitEl.L_3 Shell Island East Berm to Barrier Island Restoration Project, PROFESSIONAL SERVICES 'CONSTRUCTION(If applicable Plaquemines Parish, LA 2004-2013 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager and Engineer of Record for the$43M restoration project that created 141 acres of beach and 137 acres of marsh. While originally designed under the LCA program, the project was funded through CIAP funds to augment the barrier berm effort. The initial LCA funding source required a 50-year project life so the borrow area was developed within the Mississippi River to make use of a renewable sand source. Material was pumped over 17 miles using 4 booster pumps. The primary dike to contain the marsh fill was constructed using a bucket dredge. CB&I provided services from initial concept through final acceptance. /'R1? f,? i'1Kr_ray, Pelican Island Restoration Project PROFESSIONAL SERVICES- CONSTRUCTION(If • a••licable Plaquemines Parish, LA 2007 -2013 2012-2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Manager and Engineer of Record -Responsible for development of the design, permitting and • construction oversight of the Pelican Island project. The design accounted for longshore transport, relative sea f. , level rise, loss of fines, overwash and storm impacts over a 20-year project life. A jetty extension was added to a Federal jetty to limit loss of sand into the adjacent waterway. Developed plans and specifications and assisted with bid process including pre-bid meeting and bid review and recommendation. The project required a BOEM lease and pumped sand from 12 miles offshore using a cutterhead dredge. The primary dike to contain the marsh fill was constructed using a bucket dredge for the east end and a 12"cutterhead dredge for the west end. Construction oversight included managing on-site construction observers, contractor invoicing, contract modifications and close-out. The project construction cost was$45.6M. This project won ASBPA's 2013 Top Restored Beach. ( ) ltLi=/ACT?.LC Cl<}1 f (_%s`' 1 r rgEf fiT West Belle Pass Barrier Headland Restoration Project(TE-52), PROFESSIONAL SERVICES 'CONSTRUCTION(If LA a••licable 2008 -2012 2012 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm 9 Project Manager and Engineer of Record -Project design included the three-dimensional modeling of the headland system, incorporating historic shoreline and volumetric changes including beneficial disposal of material from Belle Pass, development of beach fill and marsh fill offshore borrow areas, development of project alternatives that meet budget and design criteria, and the development of WVA benefits for the project alternatives. Provided construction management and oversight services, including pay calculations and contract changes. The project construction cost was$31.5M. STANDARD FORM 330(6/2004)PAGE E-2 01 C082014W • City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc. • • • • E. RESUMES OF KEY PERSONNEL PROPOSED-FOR THIS CONTRACT • . (Complete one Section E for each key person.) 12 NAME 13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE Neil L. Campbell Senior Advisor a. Total 23 b.With Current Firm 23 15:,FIRM NAME AND LOCATION(City and State) CB&I Environmental& Infrastructure, Inc., Miami Lakes, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) _ 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/1990/Geology/University of Edinburgh, Scotland, UK N/A _ 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.). Relevant Experience: Mr. Campbell is a geologist with over 23 years of experience in the consulting and geology field including: project management; business development; mapping and report writing on previously unmapped terrain; geophysical interpretation; petroleum exploration; and well logging. His current duties include the management of projects for commercial, private and multinational corporations including geologic studies, solid waste consulting, groundwater studies, health and safety studies, soil and groundwater assessments, and remedial design. Mr. Campbell has successfully completed over 40 Contamination Assessment Reports (CARs) and Site Assessment Reports (SARs)at various facilities. These facilities range from large petroleum bulk storage terminals to corner gas stations and emergency response spills and dry-cleaners. The CARs addressed polynuclear, volatile(VOC and VOA), and semi-volatile organic hydrocarbons, solid waste as well as heavy metals. Mr. Campbell has participated in the preparation of over 30 Remedial Action Plans(RAPs) utilizing a multitude of remediation technologies. Mr. Campbell has managed many remedial projects including, heavy metal, solvent and petroleum contamination. These technologies have included dual-phase extraction, air stripping, carbon adsorption, catalytic incineration, soil vapor extraction, bioremediation, air sparging, and pump and treat(using vertical and horizontal wells). 19.RELEVANT PROJECTS Regional Senior Project Management I PROFESSIONAL SERVICESLCONSTRUCTION(If applicable)] ' CB&I Environmental& Infrastructure, Inc. (f/k/a CB&I 09/1991 -Ongoing N/A Environmental, Inc.),7-Eleven Inc. Compliance Support Miami Lakes, Florida BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm a. Regional Senior Project Manager—Oversees team managing assessment, compliance, remediation and Immediate response activities for 7-Eleven Corporation throughout the state of Florida Project Manager, ' Remediation of Fuel Contamination, multiple gas stations throughout Florida. Environmental contamination assessment projects include installation of piezometers and shallow and deep monitor wells, determination and ,j mapping of groundwater flow, water sampling and analysis of water quality data, soil sampling, area well surveys, '' determination of aquifer properties, delineation of vertical and horizontal extent of contaminants, report writing, Iand project management. fz-Lf_ ait�, FDOT District VI Contamination Assessment and Remediation [fROFESSIONAL SERVICES.CCONSTRUCTION(If applicable)! of solid waste at the Miami Intermodal Center at Miami 2009-2011 2011 .] International Airport BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Contract Manager—Assisted in the management of the contract and field operations for the assessment b` activities conducted at the Miami Intermodal Center at Miami International Airport, including the assessment and removal of over 50,000 tons of solid waste material and backfilling and compaction for Prime contractor construction. Project included groundwater monitoring for ammonia and closure of ammonia issue with county. Managing the environmental activities for the construction of the Central Station which include environmental assessment and remediation of soil and groundwater in former Avis rental car, and UST closure and removal activities, assessment for drainage and water main installation. STANDARD FORM 330(6/2004)PAGE E-3 01C082014W • - City of Miami Beach,Florida iCB&I Environmental be Infrastructure,Inc. s, _ i,i i l.!1 i � ._�:1'.��<i�;l<*/'`"!05r_c FDOT District VI Contamination Assessment and Remediation PROFESSIONAL @3§GN§t§§i CONSTRUCTION( -•• .• construction support services at the NW 5th Street Bridge 2009 -2010 2009 -2010 Replacement, Miami River,Miami FL BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Contract Manager—Managed the environmental team that provided construction support to prime contractor during the construction of new bridge across the Miami river. CB&I constructed and maintained four soil staging areas to accommodate arsenic impacted soil excavated for coffer cells for bridge based, oversaw dewatering . effluent discharge for compliance with permits, performed the installation of drainage structures and connecting pipe, and provided environmental compliance support. By using the soil staging areas CB&I was able to drain the soil reducing transport weight and reducing cross contamination from wet spillage during transportation. With communication to the SFWMD and DERM, CB&I ensured compliance with discharge permits into the Miami River. CB&I determined soil could be reused in project corridor on FDOT project which reduced disposal costs. CB&I determined when bedrock was reached and soil no longer needed handling by CAR contractor but became responsibility of the prime reducing disposal costs. ti=t`��i_rw/�1� �����__ c_�ar,c�.;��, �S,i`��i;i Liiiff c=1 ta3 SR 826/836 Interchange Construction Project PROFESSIONAL.SERVICES CONS1TiEtUCiTiION(If applicable) 2010 -2011 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm � Project Manager-Performed environmental assessments for soil and groundwater, source removal activities, environmental compliance and oversight ARRA Project of major importance to FDOT VI as it continues the expansion of the airport connection to the western reaches of Miami Dade County and increases the flow through of this vital intersection for increased commerce. c;5 SCi'iL �+"?{. 1U(r,cp si=;t:a t \i J 0:5!z∎f=E1t Environmental services in support of roadway improvements PROFE.S_SIONAL SEI3KIC•ES CONS1TIRU-i l_ON Of applicable) 2010 -2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Contract Manager— Led team of professionals providing environmental services to Dragados USA, Inc. roadway expansion operations. Dragados USA, Inc. is the prime contractor on the 1-595 Corridor Roadway Improvements project. CB&I was chosen due to its local depth of resources and strong financial backing and the capability to respond - and implement work quickly to support subcontractors along the project corridor to allow the road construction to continue without disruption to the Prime Contractor or existing traffic flows. Provided services including wildlife monitoring, and stormwater and ground water discharge turbidity monitoring, air monitoring, soil screening, contaminated soil excavation, coordination of contaminated soil transportation and disposal, soil and groundwater sampling for laboratory analyses, dewatering and groundwater treatment, and buried debris and UST removal. STANDARD FORM 330(6/2004)PAGE E-4 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT -(,Complete.one Section E for each key person.).•' • 112.NAME 113.ROLE IN THIS CONTRACT I 14.YEARS OF EXPERIENCE_ Thomas J. Campbell, PE, Senior Advisor a. Total 41 b.With Current Firm 30 D.CE [15_FIRM NAME AND LOCATION(City and State) CB&I Environmental&Infrastructure, Inc., Boca Raton, FL 116.EDUCATION(DE_GREE,AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/1973/Ocean-Coastal Engineering, Florida Atlantic Professional Engineer License: Florida (19998), University, Boca Raton, FL Alabama (25306), Louisiana(28877), New York BS/1971/Civil Engineering/The Cooper Union (056457), North Carolina (022785), Texas (76545), Virginia (0402) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc:) Associations:American Society of Civil Engineers (ASCE), National Society of Professional Engineers (NSPE), Academy of Coastal, Ocean, Port& Navigation Engineers (ACOPNE), American Shore& Beach Preservation Association (ASBPA), Florida Shore& Beach Preservation Association (FSBPA) Relevant Experience: Thomas J. Campbell, P.E. is one of the founders of the Boca Raton-based coastal restoration firm formerly known as Coastal Planning & Engineering, Inc. Mr. Campbell has directed, coastal engineering analysis, design, geotechnical surveys, physical monitoring and numerical modeling for beach restoration projects for 40 years. He has unmatched practical experience in beach design on the East and Gulf coasts of the U.S. Under his direction, more than 70 beach restoration projects have been constructed nationwide. Mr. Campbell was a contributing author to the book Beach Nourishment and Protection. In 1985, Mr. Campbell served as Chairman of the Engineering Committee of the Florida Governor's"Restore our Coast"Task Force. In 1995, Mr. Campbell served on the National Research Council's Marine Board Committee on Beach nourishment. In 2003, Mr. Campbell was the Chairman of the Design Panel of a State and Federal (LCA) program that resulted in the program: "Implementing a Louisiana Barrier Island and Barrier Shoreline Restoration Program." He received the Jim Purpura Award from the FSBPA in 1982 for outstanding contribution to coastal engineering in the State of Florida. In 2011, Mr. Campbell received ASBPA's highest award,the Morrough P. O'Brien Award for his contributions to the coastal engineering profession. 19.RELEVANT PROJECTS ('i:1 11,1.11= iffy. (r_-)ti ,In Broward County Shore Protection (Segments II and III) TROFESSIONAL,SERVICESACQNSTRUCTIONI/f applicable); Broward County, FL 2013-2014 2006 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Principal-in-Charge and Chief Engineer of a Joint Venture for a$50 million Beach Restoration Project and the ongoing environmental services. Mr. Campbell directed coastal engineers, surveyors and environmental professionals in the following tasks: Coastal engineering analyses and designs, Recreational and storm damage analyses, Beach and hydrographic/geotechnical surveys, Permitting and funding applications, Environmental Assessments (f) ('T?.�C rj;r;\`(CA{ r J (,=':.%t Palm Beach Comprehensive Erosion Control Project I PROFESSIONAL SERVICESLCONSTRUCTION(if applicable) Palm Beach County, FL 2004-2009 1988, 1998, 2004, 2009-10 b. ' BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Principal-in-Charge—Supervised the design of structures including all modeling efforts. The design was based on results from two numerical models: the BOUSS2D breaking wave model and the Delft3D morphologic(sand transport) model. The results suggested a recommended plan of sand nourishment, breakwaters and groins to achieve the project objectives. --(.LS;11+i G14t3:t.i?!:tigkr( (97r, A r f td= A) Delray Beach Erosion Control Program LPROFESSIONAL SERVICES I CONSTRUCTION(If applicable); Delray Beach, FL 1984—Ongoing 1973, 1978, 1984, 1992, 2002, 2005, 2013 C. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Principal-in-Charge providing direction for the restoration of 3 miles of coastline in Delray Beach, Florida. f Supervised beach design, beach surveys, permitting and funding applications, environmental monitoring, 1 construction supervision and inspections. STANDARD FORM 330(6/2004)PAGE E-5 01C082014W . . City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc (CA, `;rs ?�.� r '�?f.T I- ig. Collier County Beach Restoration Project . PROFESSIONAL SERVICES CONSTRUCTION If ap•licable 2002—Ongoing 2012-2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm d Principal-in-Charge—Provided project direction and oversight, agency coordination and QA/QC review of design, modeling, and engineering reports. Supervised all beach design and beach surveys, as well as all permitting and funding applications. Mr. Campbell oversaw all environmental monitoring, construction supervision and inspections. Manatee County Comprehensive Erosion Control Program PROFESSIONAL SERVICES CONSTRUCTION If a•plicable Manatee County, Florida 1989-Ongoing 2005, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. Principal-in-Charge overseeing all program management and project integration. Projects have included design, permitting, development of plans and specifications, bidding and construction of all beach nourishment projects from 1989, the completion of a comprehensive feasibility study for Manatee County in 2007, the City of Anna Maria Hurricane FEMA Repair Project, and a 4.8 acre artificial reef and installation of a geotextile groin structure. STANDARD FORM 330(6/2004)PAGE E-6 01C082014W City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc. • E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS•CONTRACT . • (Complete one Section.E for each key person.), - . ,12:NAME „ i.13.ROLE IN THIS CONTRACT - _ 14.YEARS OF EXPERIENCE Dorian Valdes, PE Senior Advisor a. Total 42 b.With Current Firm 1 - -- 15,FIRM NAME AND LOCATION(City and State) CB&I Environmental &Infrastructure, Inc., Miami Lakes, FL 16.'EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/1971/Chemical Engineering/University of South Florida Professional Engineer, Florida (49365) BA/1971/Chemistry/University of South Florida -18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Relevant Experience: Mr. Valdes has over 40 years of experience in Program Planning and Management of major capital improvement projects. His experience within the last 10 to 15 years has been for the planning, management, and implementation of projects and programs with Miami Dade County that have exceeded $2.0 Billion. In addition to the included projects, Mr. Valdes has worked very closely throughout his career with most federal, state, and local agencies regarding environmental permitting and regulations. 19.RELEVANT PROJECTS ) (2_ 71?X Miami Dade County Department of Environmental Resources PROFESSIONALSERVICES LCONSTRUCTION_(tf'appticabielj Management(DERM), Stormwater Utility. 1987 -2008 various BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Assistant Director-Mr. Valdes supervised planning, design, construction, operation, and maintenance of the stormwater management system for the County. Technical tasks in the program included the stormwater master a' ; planning efforts, performing stormwater runoff evaluations, preparing water resources maps, and funding the department of Public Works for the design, construction, and maintenance of the County's stormwater management systems. The Stormwater Utility collects over$21 million annually. It also oversees the expenditures +, of over$16 million provided to the County's Public Works Department for various services from drainage infrastructure cleaning to maintenance of the secondary canal systems in the County. These projects require the .. direct interaction with federal and State regulatory agencies for permitting and cost sharing. Iiilj('. 1?LoG(;1nkf yf;! cc`G?) ( FIR a-5)-s?LI ltr? _Hurricane Irene and the"No-Name Storm",the Federal (PROFESSIONALSERVICES EONSTRUCTION(ifapplicable)! Emergency Management Agency(FEMA)approved projects 2001 -2006 various BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm As Division Chief, supervised large public works type projects are identified as roadway restoration including resurfacing, drainage replacement, three major neighborhood improvements including two pump stations, canal b' dred in and drains e s stem cleanin Res onsibilities included oversi ht and mans ement of the FEMA 9� 9. 9 Y 9� P 9 9 Program, consultants, and contractors, management and direction of County staff of 38 with consultants' support of 141 firms, along with 57 contractors, and 21 sediment-hauling firms. The project was successful in accomplishing all construction repairs and mitigations at under$500 million and in doing so was able to save approximately$240 million of the amount allocated. The FEMA Program has completed the construction of over _ 2600 sites in a very short time period, less than four years. T7'1, , C5t, Project Management Services for Cranes 13-16 and related LPf?OFESSIQNAL SERVICESENSTRUCTION(lfapplicable)! Wharf Projects I Miami, Florida 2013 various BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm . Project Manager- Provided inspection services on four new cranes#13, #14, #15, and#16 prior to shipping to the Port. The inspections ranged from the major structural criteria to aspects of painting, lighting, and tie down c' equipment. In addition, meetings with high government officials that management the Chinese firm ZPMC was held where I represented the Port's interests and concerns. All outcomes were handled successfully. The other j service is that of making sure that the Wharf Strengthening Program (SWP) proceeds as scheduled because the wharf has to be ready to receive the new cranes on their arrival. This requires coordination with the County's staff, CEI representatives and the Contractor, Odebrecht. Again all schedules construction is being done and holding schedule at this time. �-( ) i t MIDT:(411, (i, •: 61-4 (" (f=41 Port of Miami Wharf Strengthening Program I PROFESSIONAL SERVICES jLCONSTRUCTION(If applicable)1 Miami Dade County, Port Miami 2008 -2013 2013 d,' BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Assistant Port Director, Capital Development Division-Provided oversight on the consultant and contractor selection for the design, and construction of the 6100 LF of cargo wharfs at the Port. There are weekly coordination meetin.s to discussion and resolve issues as the relate to the coordination of schedulin. of STANDARD FORM 330(6/2004)PAGE E-7 01C082014W City of Miami Beach,Florida CB6I Environmental&Infrastructure,Inc • construction activities with the Port, and operators, along with the pending requirements of the new cranes arrivals from China schedule to arrive on October 9th, 2013. f <.t��� 'ui.>�'�:1:, ,� ��,��ti i,�.i�'iY Cl:,��.(.L•i�_�_ � ).�;1.�,� `1liJ 1 �. . Port of Miami's TIGER Grant, Intermodal Rail Yard PROFESSIONAL SERVICES CONSTRUCTION Ifa••licable Improvement, FL 2011 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager—Provided oversight on the application for$22.4 million, design, and construction of 3000 feet on-Port rail for the restoration of rail service to the Port since 2005. The yard is presently in service. STANDARD FORM 330(6/2004)PAGE E-8 01C082014W } .-... City of Miami Beach,Florida CB&I Environmental+&Infrastructure,Inc • E..RESUMES OF 1,KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete one Section E for each key person.) 12.NAME j 13.ROLE IN THIS CONTRACT j 14.YEARS OF EXPERIENCE- Douglas Mann, PE, D.CE Senior Coastal Engineer a. Total 27 b.With Current Firm 27 QA/QC Manager 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental &Infrastructure, Inc., Boca Raton, FL 116.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION,(STATE AND DISCIPLINE) , MS/1987/Coastal Engineering/University of Florida, Professional Engineer, Florida(44046), Delaware Gainesville, FL (12949), Louisiana (0031121) , Massachusetts BS/1985/Civil Engineering/University of Delaware (46574),Virginia (0402049702) I18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Associations:Academy of Coastal Ocean, Port, and Navigation Engineers (ACOPNE), American Society of Civil Engineers (ASCE), ASCE-ACOPNE Diplomate of Coastal Engineering Relevant Experience: Douglas Mann, PE has worked as a coastal engineer since 1987. Mr. Mann is experienced in all aspects of coastal engineering including dredge and fill projects for material disposal and beach nourishment, beach and inlet engineering, coastal structure design (including breakwater, groins,jetties, and Permeable Adjustable Groin (PAG)design and construction) as well as marine-related upland structures. Mr. Mann has been involved in the design of boat ramps, marina renovations, and other boating related projects. Mr. Mann is experienced in Joint Coastal permitting, Environmental Resource permitting, and FDEP Coastal Construction Control Line permitting. [19.RELEVANT PROJECTS i I 11 i i �'.� %'est �,�lr,c�i_'L'.l (2)111-&-F,' Seawinds Condominium Seawall Project LPROFESSIONAL SERVICESLCONSTRUCTION(If applicable)1 Singer Island, FL 2012 -2014 2013-2014 a. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager/Project Engineer—Designed and permitted a 900 foot long ocean front seawall to protect$50 million of habitable upland improvements. Utilized grouted rock anchor systems to stabilize the seawall and L minimize impacts to the native dune vegetation. l- ` ,_ ✓;i;!»�I t(��r_t?„) ( )qw.(-ot,(1'u r11.L Linley Street Boat Ramp Rehabilitation I PROFESSIONAL SERVICES(CONSTRUCTION.-(If applicable) Town of Longboat Key, Florida 2012 -2013 N/A b. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer—Designed and permitted a structural replacement for the existing concrete block boat ramp and a minor maintenance dredging effort. Project was designed to avoid and protect adjacent seagrass beds. %tt_C= - Vii?”,.:i;�`r' ;1,�f„t`,r?, � I c yY;41311-7 X San Remo Club Bulkhead Repairs PROFESSIONAL SERVICES)CONSTRUCTION Of applicabte)_I C. Miami-Dade County, Florida 2010 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer—Designed repairs to the 40 year old, 1000 feet long, bulkhead system including soil leak repair, and concrete cap repairs. The project was designed to extend the project life 10 years. (' T r H E_CKi 1 I I (` w'3 <=•tom S5a--=f C 1�r l ' ` , a i J Founder's Park Marina Rehabilitation Project I PROFESSIONAL SERVICESLCONSTRUCTION(Ifapplicable)_j Islamorada,Village of Islands, Florida 2004-2007 2006 -2007 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Manager and Senior Coastal Engineer for the rehabilitation of a 77-slip marina. Project included sip layout, utility coordination, and upland interface within a public park setting. Construction occurred while the marina was open for business. Regulatory approvals were obtained to undertake the construction while protecting adjacent waters and resources of the Florida Keys. I(il,1-1 l s:c LE?'I-J1 b CC rr(r,X`1) iAl (?1 _ Curtis Park Boat Ramp Repairs LPROFESSIONAL SERVICESICONSTRUCTION(If applicable)_i Miami, Florida 2012 -2014 N/A e. , BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Chief Engineer Developed conceptual alternatives for repairs to the existing boat ramp on the Miami River and adjacent support facilities. (2012). Engineer of record for marine improvements to the public boat ramp, bulkhead, and dock which enable safer use of the facility while maintaining protection of the environment(2013 -2014). STANDARD FORM 330(6/2004)PAGE E-9 01 C082014W City of Miami Beach,Florida • CB&I Environmental&Infrastructure,Inc: STANDARD FORM 330(6/2004)PAGE E-10 01C082014W • City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc ;E. RESUMES OF KEY PERSONNEL PROPOSED-FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME ;13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE Stacy Buck, MS Lead Marine Biologist a. Total 14.5 b.With Current Firm 8.5 115.FIRM NAME AND LOCATION(City and State) CB&I Environmental& Infrastructure, Inc., Boca Raton, FL 116,EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2007/Coastal Zone Management/Nova Southeastern N/A University BS/1999/Marine Science/University of South Carolina 118.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certifications/Training: NAUI Open Water; PADI Advanced and Rescue Diver; SDI Divemaster, SDI Nitrox Diver; SDI Dry Suit Diver; American Red Cross First Aid/CPR/AED/OZ Certification; USCG Boating Safety Course; BOEM and NMFS Protected Species Observer, South Florida Coral Reef Initiative Focus Team member Associations: Florida Shore and Beach Preservation Association, American Shore and Beach Preservation Association, Florida Association of Environmental Professionals,American Academy of Underwater Sciences, South Florida Coral Reef Initiative Relevant Experience: Stacy Buck has over 14 years of experience in biological and environmental science, the last 10 years of which have focused on coastal and marine biology in south Florida. Ms. Buck has conducted biological monitoring services for both public and private-sector clients and has extensive experience in the design and implementation of monitoring programs for marine resources. This experience includes marine habitat characterization of natural and artificial reef communities, implementation of coral restoration/transplantation programs, and seagrass habitat assessment. Ms. Buck routinely prepares environmental documents in support of State and Federal permit applications including joint coastal (JCP)and environmental resource(ERP) permits. She also coordinates regularly with federal consulting agencies(NMFS and USFWS)to prepare Biological Assessments and Essential Fish Habitat Assessments in support of ESA Section 7 Consultation and the Magnuson-Stevens Fishery Conservation and Management Act. As the Lead Biologist at CB&I, Ms. Buck is responsible for the complete coordination of biological monitoring projects from pre-permit application coordination through final report . deliverables. • f 19.RELEVANT PROJECTS LCC'Tis?I> Broward County Shore Protection Project, Segments II and III LPROFESSIONAL SERVICESJLCONSTRUCTION_(tfapplicable) Broward County, FL 2004-Ongoing 2005-2006 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Lead Project Biologist for the Broward County SPP. Since 2004, Ms. Buck has supported the County through all phases of this project. Ms. Buck was the field operations leader for the Segment III project and conducted extensive in situ biological monitoring on the nearshore hardbottom habitat and the mitigative artificial reef. Ms. a. Buck also manages the Access-based database at CB&I, which houses all biological and physical data parameters collected throughout the life of this project. She has been responsible for all data analysis and report production for this large-scale monitoring program and continues to coordinate extensively with representatives from Broward County and regulatory agencies to ensure permit compliance. Ms. Buck is currently involved in the permitting process for the next phase of nourishment in Segment II, which has included biological surveys of the nearshore habitat, extensive coordination with regulatory and supporting agencies, ESA Section 7 Consultation, NEPA documentation, and generation of permit required items such as a biological monitoring plan, a coral transplantation plan and a mitigation plan. 1(-0 1111-E I'i 1_0 �T1:#1 (Cs ' C L rfftK Southern Palm Beach Island Comprehensive Shore [PROFESSIONAL_SERVICES ILCONSTRUCTION_(lfapplicable)J Stabilization Project Environmental Impact Statement 2013 -Ongoing N/A Palm Beach Island, FL BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Lead Project Biologist for the Southern Palm Beach Island Comprehensive Shoreline Stabilization Project EIS. b' This project is particularly complicated because it includes two separate projects that abut one another along the shorelines of the Town of Palm Beach and Palm Beach County but are being evaluated by the Corps under one EIS. It requires meticulous record keeping and ongoing coordination with the Corps, the Town of Palm Beach and Palm Beach County. Ms. Buck manages many facets of this project including developing the EIS document, maintaining the administrative record, leading field investigations, coordinating with the public, analyzing data to assess impacts, and conducting UMAM assessments to determine mitigation requirements. STANDARD FORM 330(6/2004)PAGE E-11 01 C082014 W • City of MIam4Beach,Florida :CB&I Environmental&Infrastructure,_Inc ..`i c2)'YT,2 C ?;`,9 I- Delray Beach Erosion Control Program _ PROFESSIONALS OONSTRUCTIONgpEi Palm Beach County, FL 2006 -Ongoing 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Lead Project Biologist for the Delray Beach Fifth Periodic Renourishment Project. She provided permit support a for the project including permit application, ESA Section 7 Consultation, production of an EFH Assessment in support of the Magnuson-Stevens Act, and compliance with NEPA through production of an EA. Ms. Buck also led field investigations on the reef east of the borrow areas to survey for the threatened coral species Acropora spp. and to map the pre-and post-construction conditions of the reef edge closest to the borrow areas. She also coordinated with the sea turtle monitoring team to ensure all required monitoring was taking place and reported appropriately. , (1, I -11].y 1,tca t ■ I0Y,k gao_ J r(gw.f_ t (° (-'14101--7'j`? Longboat Key Comprehensive Erosion Control Program PROFESSIONAL N3 CONSTRUCTION Verydefia Longboat Key, FL 2006 -Ongoing 2005/06, 2010, 2011, 2014 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Lead Project Biologist—Ms. Buck established monitoring stations on the natural hardbottom and artificial reef and transplanted coral colonies to the mitigative artificial reef in conjunction with the 2005/06 project. She has led field operations and completed comprehensive biological monitoring, data analysis and report production associated with annual monitoring. Ms. Buck developed the biological monitoring plan for the proposed beach nourishment and provided support for the continued permitting process including coordination of site visits and conference calls with regulatory and commenting agencies, including BOEM. She also conducted protected species observation associated with seismic surveys in federal waters during a sand source investigation. In addition to hardbottom and reef resource investigations, Ms. Buck has conducted seagrass surveys, wetland delineations and hardbottom mapping for this project. She was the main contributor to an EA for BOEM and USACE and prepared a BA and EFH Assessment in support of Section 7 Consultation of the ESA and the Magnuson-Stevens Act. (i.) I) L' \:)uJ I"��.'c\n1Y cbi<!L=J .,7) f-4,-316311f-f--'i l�'r� .L Dinner Key Spoil Island Swim Zone Seagrass Survey PROFESSIONAL SERNoCES ecloiriR_UCTION(If applicable) Dinner Key, City of Miami, Florida 2013 2014 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Lead Project Biologist-Ms. Buck led the design and implementation of a seagrass survey that was conducted to identify and quantify the seagrass resources adjacent to Dinner Key Spoil Island. This project was developed to :c create a vessel exclusion zone through installation of regulatory vessel exclusion buoys with auger anchors on the eastern side of Dinner Key; however, seagrass resources are known to be present in this area. Therefore, Miami- Dade Department of Environmental Resource Management requested a seagrass survey of the project area to determine seagrass species presence and relative cover within the proposed designated swim area. Based on the conceptual Dinner Key Spoil Island swim area and vessel exclusion zone supplied by the City of Miami, Ms. Buck recommended a series of three transects within the area of investigation. This survey was developed in ArcMap and conducted in situ using the Braun-Blanquet index methodology. STANDARD FORM 330(6/2004)PAGE E-12 01C082014W . ? �?y " ? City of Miami Beach,Florida• CB&1'Environmental&Infrastructure,Inc ., E. RESUMES O.F KEY.PERSONNEL.PROPOSED F- OR THIS CONTRACT . . ' (Complete,one Section E for each key.person.) 12.NAME I'13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE - ,1 Lauren Floyd Senior Marine Biologist a. Total 14.5 b. With Current Firm 8.5 115.FIRM NAME AND LOCATION(City and State) CB_&I Environmental & Infrastructure, Inc., Boca Raton, FL 116.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION.(STATE AND DISCIPLINE) MS/2006/Marine Biology and Coastal Zone Management/Nova Southeastern University; BS/1997/Biology and Environmental Science/Middlebury College • 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certications/Training: NEPA Documentation Training (Duke University), PADI (Divemaster, Rescue Diver, Advanced Diver, Enriched Air Nitrox Diver, Dry Suit Specialty Diver); American Red Cross First Aid/CPR/AED/02 Certification, BOEM and NMFS Protected Species Observer Associations: Florida Shore and Beach Preservation Association,American Shore and Beach Preservation Association, Florida Association of Environmental Professionals, National Association of Environmental Professionals, Florida Association of Environmental Professionals,American Academy of Underwater Sciences Relevant Experience: Ms. Floyd has nearly 15 years of biological monitoring experience in south Florida and has managed coastal permitting since 2006. She has conducted numerous coastal and marine resource investigations and has designed several monitoring and mitigation plans for nearshore reef, artificial reef and seagrass habitats. Ms. Floyd develops environmental documents required in order to obtain State and federal permits for coastal projects, and routinely coordinates with U.S. Fish and Wildlife Service(USFWS)and National Marine Fisheries Service (NMFS). She is trained and experienced in NEPA documentation, including preparation of Environmental Assessments and Environmental Impact Statements. She routinely prepares Biological Assessments in support of ESA Section 7 Consultation and Essential Fish Habitat assessments in support of the Magnuson-Stevens Fishery Conservation and Management Act. She is also experienced with the Uniform Mitigation Assessment Methodology (UMAM). Ms. Floyd manages several biological monitoring projects and oversees all environmental permitting, biological monitoring and production of final report deliverables. 19.RELEVANT PRO JECTS '>> 4^/1 r b�%�I.I.IC3f�,i��i%�tire. ,5�-`+-�i PROFESSIONAL SERV CESg CONSTRUCTION(!f applicable f Manatee County Comprehensive Erosion Control Program L �[-- )j Manatee County, FL 2006 -Ongoing 2011, 2013/2014 BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm As Lead Project Biologist, Ms. Floyd has managed environmental services for Manatee County's coastal a j projects along Anna Maria Island since 2006. She oversees all state and federal environmental permitting, agency coordination, UMAM preparation, development and implementation of environmental monitoring plans and environmental reporting for Anna Maria Island beach nourishment projects. She coordinates and conducts j seagrass, hardbottom and artificial reef surveys, and manages environmental data analysis and report preparation. She also assisted with the design, construction observation and monitoring of the mitigative artificial reef built to mitigate for anticipated impacts from the Coquina Beach Nourishment Project. She is currently managing a dune study to determine the feasibility of dune restoration projects along Anna Maria Island. ---'1 1 I,� 'I'lxr:f�; I C?�r.if,-2,V l.-f,:.h�l_`73"ci?=.fi�i, {5) C1`,t3,14� Collier County Beach Nourishment Project I PROFESSIONAL SERVICESJ CONSTRUCTION(If applicable) Collier County, FL 2006-Ongoing 2006, 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Lead Project Biologist- Ms. Floyd routinely oversees the application process for FDEP and USACE permits, b' including extensive coordination with USFWS, NMFS and BOEM, who authorizes use of an offshore borrow area located in federal waters. She has prepared NEPA documents in support of Collier County projects, as well as Biological Assessments and EFH Assessments. She coordinates and conducts the County's annual hardbottom monitoring program, and manages environmental data analysis and report preparation. She is currently managing Collier County's application for flexible, multi-use, 15-year permits from FDEP and USACE. STANDARD FORM 330(6/2004)PAGE E-13 01C082014W City of Miami Beach,Florida CB&I.Environmental&Infrastructure,Inc. - . (=0 1.1 r1'�`'6r ((jr/' 'f<±1 Firs e-11 Broward County Shore Protection Project, Segments II and III PROFESSIONALS CONSTRUCTION ffliefflaidni Broward County , FL 2003 -Ongoing 2005-2006 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Biologist—Ms. Floyd was initially involved with the Segment III project in her previous position at the National Coral Reef Institute where she transplanted stony corals to the mitigative artificial reef and monitored offshore hardbottom (2003-2006). At CB&I, Ms. Floyd continued to work on this project during the post- construction phase of monitoring. She led field investigations and conducted monitoring on both the nearshore hardbottom and the artificial reef. Ms. Floyd also contributed to data analysis and report production for this project. She is currently involved in the next phase of nourishment in Broward County Segment II, including biological surveys of the nearshore habitat, ESA Section 7 Consultation, and contributing to the preparation of an Environmental Assessment for NEPA compliance. )(�- r) (r.14v r'r-d` ��, f f r-.� jJ � �� �'C)f ('�) Ly�Lit'lt�..i���.(-;�,��Cb.L,:=.� ��� C,i,:�,.L 7, .-t�_,_•-mil L�� .?V�'I-'/-;1� \.�•1°'i�_ �1'� Longboat Key Comprehensive Erosion Control Program PROFESSIONAL SERVICES CONSJTIRUCTION(If applicable) Longboat Key, FL 2006 -Ongoing 2005/2006, 2010, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Biologist—Ms. Floyd has conducted biological monitoring on the nearshore natural hardbottom adjacent to the project area, as well as on the artificial reef built as mitigation for potential impacts to natural hardbottom resources. Ms. Floyd conducted in situ biological monitoring, which included benthic characterization, video and still photography, sedimentation analysis, and hardbottom resource mapping. She also assists with permitting and agency coordination for Longboat Key coastal projects, including beach nourishment and coastal structures. LTJtt(DJ A 1' Ift CulAll' 1-i�= Captiva and Sanibel Islands Beach Nourishment Project PROFESSIONAL SE-Mg-ES eONSURJJ iri1C?N(If applicable); Lee County , FL 2006 -Ongoing 2006, 2008, 2013/2014 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Lead Project Biologist for all environmental services for the Captiva and Sanibel Islands Beach Nourishment Project. She coordinates and conducts seagrass and offshore hardbottom investigations in support of the project design and permitting. Surveys include benthic characterization and resource mapping, as well as collection of video and photo documentation. She coordinates closely with State and federal agencies to obtain necessary ' permits, and compiles local environmental data required by the agencies. Ms. Floyd is currently working to finalize flexible, multi-use 15 year permits from FDEP and USACE for the Captiva and Sanibel Islands Beach Nourishment Project. STANDARD FORM 330(6/2004)PAGE E-14 01C082014W - Clty of`Miami Beach,Florida CB&I Environmental 6c infrastructure,Inc. E. RESUMES OF.KEY-PERSONNEL.PROPOSED‘'FOR THIS CONTRACT . (Completeone•SectiorrE for each key person) 12.NAME_ 113.ROLE IN THIS CONTRACT 1 ' _14.YEARS OF EXPERIENCE Kathryn Brown Marine Biologist a. Total 3 b.With Current Firm 1.5 15.FIRM NAME ANDLOCATIION(City and.State) CB&I Environmental &Infrastructure, Inc., Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17_CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/2006/Fordham University, NY AAUS Scientific Diver, PADI Divemaster, CPR/First MS candidate/present/Nova Southeastern University, FL Aid/02 certified. 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,,Training,Awards,etc.) Relevant Experience: Ms. Brown has applied experience in biological and environmental science since 2005, with experience in Florida since 2007. This experience includes marine habitat characterization of natural and artificial reef communities, coastal wetland biological surveys, and protected species surveys. She also assists with preparation of environmental documents required in order to obtain State and federal permits for coastal projects, including Environmental Assessments(EA), Environmental Impact Statements (EIS), Biological Assessments (BA) in support of ESA Section 7 Consultation and Essential Fish Habitat(EFH)assessments in support of the Magnuson-Stevens Fishery Conservation and Management Act. 119.RELEVANT PROJECTS - ___ i i I I ;_ i..lt�.l J I_�i r :c-T(i-'. (e)v I-J\k r-X5, I.-r1 Longboat Key North End Structural Stabilization Project I PROFESSIONAL SERVICES ILCONSTRUCTION(if applicable)_) a. Sarasota County, FL 2014 N/A ' BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Biologist—Conducted a wetland delineation survey of a mangrove area as required the Florida Department of Environmental Protection (FDEP). (i)1 i i L 1;`� _., {?(2 f's"i[E: cif:=:i_, (l) `- .(6't ' Lido Key Hurricane and Storm Damage Reduction Project I PROFESSIONAL SERVICES�JLCONSTRUCTION,(lfapplicable)I Sarasota County, FL 2014 N/A b. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Biologist- Conducted a benthic resource investigation to assist the U.S. Army Corps of Engineers (USACE)with agency consultation and developing the Florida Department of Environmental Protection (FDEP) permit application for this project. The investigation targeted seagrass and hardbottom communities. (cy,��.._`'fr,r_a�: l�J�'1_AY∎C-KD:Ills _E TIM Coquina Beach Nourishment Project I PROFESSIONAL SERVICE])CONSTRUCTION(If applicable)-� Manatee County, FL 2014-Ongoing N/A c. , BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Biologist—Conducted biological monitoring of the nearshore hardbottom and artificial reefs. The monitoring included benthic characterization, sedimentation analysis and hardbottom delineation methods. Duties included statistical analyses and report development. c- f� F _ ry- r( f -l' r-7 G 5f-1' --��S) I j��-�"'�-�i.._i��.,J.,;yii-7�:�'t(;,�t��ri1. c'1�'".`_-'1_' ^L��Z;T,f�.tl,�'��.?_J��`1L1 �v' ';`,°_.)�L��'�',���t' �_11M Southern Palm Beach Island Comprehensive Shoreline LPROFESSIONAL SERVICESILCONSTRUCTION(Jfapplicable)i Stabilization Project 2013 -Ongoing N/A a. ;Town of Palm Beach, FL BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm • Project Biologist—Assisted in the development of the Environmental Impact Statement, Essential Fish Habitat, and Biological Assessment documents for this project. Fort Lauderdale S.R.Al A Emergency Repair Project I PROFESSIONAL SERVICE CONSTRUCTION'(ffapplicable)f Broward County, FL 2011 2013 e. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Biologist—Conducted monitoring of the nearshore hardbottom, which included sedimentation analysis and hardbottom delineation methods. Responsible for statistical analyses and report development. STANDARD FORM 330(6/2004)PAGE E-15 01C082014W City of Miami Beach,Florida • CB&I Environmental&Infrastructure,Inc • STANDARD FORM 330(6/2004)PAGE E-16 01C082014W " -4, : City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. E. RESUMES.OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME l 13.ROLE IN THIS CONTRACT i 14.YEARS OF EXPERIENCE Andrew Atchison Marine Biologist a. Total 3 b.With Current Firm 3 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental&Infrastructure, Inc.; Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/2011/Marine Science, Eckerd College, Saint Petersburg, N/A FL 118.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certifications: 40hr OSHA HAZWOPER, Advanced Open Water Diver, Enriched Air Diver,Asbestos Building Inspector, Asbestos Abatement Contractor/Supervisor,Asbestos NIOSH 582, BOEM/BSEE Protected Species Observer. Relevant Experience: Andrew Atchison is a Scientist with experience in Environmental, Contamination/Remediation, and Coastal Survey and Design projects. His tasks have included various types of sampling; Soil, Groundwater,Air Monitoring,Asbestos, and even some surveying as well. Mr. Atchison has experience with many different types sampling equipment such as YSI, FID/OVA, Turbidimeter, etc. During his projects he has held the role as site manager, providing oversight and direction to different crews and subcontractors comprised of drilling, remediation, and equipment operators. 19.RELEVANT PROJECTS MacDill Air Force Base I PROFESSIONAL SERVICES1'CONSTRUCTION(Ifapplicable) Tampa, FL 2011 -2014 2012-2013 j BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE ID Check if project performed with current firm a. Project Biologist-Delineation, removal, and remediation of contaminated areas near Jet Fuel Storage area located on base. Mr. Atchison acted as supervisor on site, directing removal and backfill of soil, continually air monitored during activities, and periodically assured removal of contamination with confirmatory sampling of soil and groundwater. (1:),11!r(�� !_(5tiVi.T-M('(-"i: City of Miami Beach,Florida CB&l•Environmental&Infrastructure,Inc: ( Tr C IOR ,711," c%). , r.��rf'•''i-! 1 �3 . Louisiana Sand Resource Database(LASARD), Coast of PROFESSIONAL SERVICES CONSTRUCTION(If a••licab!e Louisiana 2014—Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Biologist—Searching for, locating, and mapping of borrow areas for Louisiana coastal areas. Mr. Atchison's tasks comprised mostly of GIS related activities using ArcMap and ArcCatalog, organizing maps and consolidating information into databases. STANDARD FORM 330(6/2004)PAGE E-18 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. : . ' E. R ESUMES OF.KEY PERSONNEL PROPOSED FOR THIS CONTRACT V - (Complete one Section E for each key person.) i 12.NAME l!13.ROLE IN THIS CONTRACT �' 14_YEARS OF EXPERIENCE Brittany A. Bartlett, MS Marine Biologist a. Total 4 b.With Current Firm 1.5 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental&Infrastructure, Inc., Boca Raton, FL 16,EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2013/Marine Affairs & Policy, University of Miami, Relevant Certifications: Open Water Diver, PADI Miami, FL Advanced Open Water Diver, PAID Nitrox Certification, BA2011/Environmental Studies & Political Science/Lehigh CPR/AED Certified, MVC Motorboat and Personal University, Bethlehem, PA Watercraft License, Microsoft Office,Arc GIS [18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) • Publications: Sea Turtle Conservation Management in the Eastern Equatorial Pacific Ocean:A Strategy to Reduce Incidental Take and Promote Conservation Through An Analysis of Current Management Plans, Sea Turtle Conservation Management in the Eastern Equatorial Pacific Ocean:A Strategy to Reduce Incidental Take and Promote Conservation Through An Analysis of Spatial Distribution Relevant Experience: Ms. Bartlett holds a Bachelor of Arts degree in environmental studies and political science from Lehigh University and Master of Science Degree from the University of Miami Rosenstiel School of Marine& Atmospheric Science majoring in Marine Affairs and Policy. While at CB&I, Ms. Bartlett has conducted in situ biological monitoring and preparation of NEPA documents. 19,RELEVANT PROJEC TS I( AL'' r' o. S`r' )1 J,ln_(3K-Aa 1 11=) 1 RJ Dunlap Marine Conservation Program I PROFESSIONAL SERVICES 1 CONSTRUCTION(If applicable) Miami, FL 2012 -2013 N/A a. l BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Intern—Miss Bartlett was responsible for the satellite tagging of certain species of sharks, as well as the use of geographic information systems to track their migration routes. (1 '1 A7_ :\_.I_a.G0,IA,> >>•L1.0 ▪ (1.L0YPII iT5 GIS Study of Sea Turtle Population Distribution I.PROFESSIONAL SERVICES_CONSTRUCTION,(Ifapplicable)1 b; � The University of Miami, Miami, FL 2012 -2013 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm MS Student—Miss Bartlett researched, analyzed, and created multiple maps concerning sea turtle distribution through the use of geographic information systems. Pre-Construction Survey of Collier County [PROFESSIONAL SERVICE▪S lCONSTRUCTION(If applicable) ' 1 Collier County, FL 2013 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Biologist-Miss Bartlett was responsible for the collection of BEAMR data and mapping of hard bottom for the city of Naples in Collier County. I,(ij 1"fl. a!v j. T 'lr�itrt_fy,(.Cuif iic?'}; �f:(?7 >•'_f.f- (,!! , r^t (,Z.) '[:j',as.)-M_11---)TT Texas Coastal Resiliency Study I PROFESSIONAL SERVICES I CONSTRUCTION(Ifapplicable)1 d.,I TX 2013 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Scientist—Develop and an.alyze data to assess impacts of natural disasters on the Texas coast. if 1(11_!' `-i?1 ?�- (i��t (C0i.,) I,_°SL iI�, f%'I L f�,0C.P L-J-l;sl=' Louisiana Sand Resource Database(LASARD) LPROFESSIONAL SERVICES f l CONSTRUCTION(lf applicable) e,_i LA 2013 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Scientist—Develop and analyze data to assess sand quality in Louisiana. STANDARD FORM 330(6/2004)PAGE E-19 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc • STANDARD FORM 330(6/2004)PAGE E-20 01C082014W . . City of Miami Beach;Florida CBI Environmental&Infrastructure,Inc r E. RESUMES OF KEY,PERSONNEL PROPOSED.FOR THIS CONTRACT f (Complete one Section E for each key person.) 12.NAME ; , , 13.ROLE IN THIS CONTRACT . •.'I . 14_Y EARS OF EXPERIENCE Kendra Vorenkamp, MS Environmental Scientist a. Total 6.5 b.With Current Firm 3.5 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental & Infrastructure, Inc., Miami Lakes, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) . 17.CURRENT`PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2008/Environmental Science: Water Resources and N/A Applied Ecology/Indiana University, Bloomington, Indiana BS/2005/Environmental Management/Indiana University, Bloomington, Indiana 18.OTHER:PROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certifications/Training: 40-Hour OSHA Health and Safety Training &Annual Refresher; 8-Hour OSHA Supervisor Health and Safety Training; Basic Medic First Aid Training with CPR; FDEP Stormwater Management Inspector; PADI Open Water Diver; PADI Scientific Diver; PADI Advanced Diver; and PADI Nitrox Diver Relevant Experience: Ms.Vorenkamp began her career in environmental science in 2008, after earning her MS of Environmental Science. Her dual concentration in Water Resources and Applied Ecology, partnered with her BS and experience with governmental environmental agencies has provided her with a regulatory background that is grounded in science. She performs environmental sampling including groundwater, surface water, soil and sediment. Being well-versed in environmental and aquatic chemistry, she validates, tabulates, and evaluates analytical results for use in reports. Ms.Vorenkamp writes and reviews reports for Phase I and II Environmental Site Assessments, Emergency Responses, and Monitoring Inspections. In addition, Ms. Vorenkamp has been involved with Brownfields Programs, Coastal Site Assessments, wetland delineation and mitigation, and risk assessments. 19.RELEVANT PROJECTS . t i i I :r '<� ,1!`.��< (A1 ■l 1 l.y,Lc 7 ) Real Estate Due Diligence I PROFESSIONAL S,ERVICE�LCONSTRUCTION(!f applicable)1 South Florida 2011 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Ei Check if project performed with current firm For confidential clients, Ms. Vorenkamp serves as the scientist for various types of ESAs, asbestos and lead a. assessment oversight, and construction oversight projects. Duties for these accounts include completing Phase I and II ESAs, daily coordination of internal and external resources and subcontractors, overseeing a team of due diligence professionals, regulatory interaction and negotiation, asbestos and lead surveys and abatement, UST removals, subsurface investigations, including soil, groundwater, geotechnical evaluations, and remediation projects for sites involved in real estate and/or financial transactions for the purposes of redevelopment. Projects still ongoing. ,16) i./--.;11 f ( 1: <Y Sri (•S5 IJ �f>�u € 11 ? FDOT-4 District Wide Contamination and Assessment Services PROFESSIONAL SERVICE$_LCONSTRUCTION(If applicable) Contract 2008 -Ongoing N/A Broward, Palm Beach, Indian River, Martin and St. Lucie Counties, FL BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Ms. Vorenkamp's responsibilities include contamination assessments in accordance with State of Florida b regulations and client requirements for petroleum hydrocarbons or other contaminants of concern present in the soil and groundwater throughout South Florida, as well as coordination of hazardous waste transportation and disposal and assisting with emergency response efforts. Projects of note include the performance of several Emergency Response Activities for FDOT D-4 in Broward, Palm Beach, Indian River, Martin and St. Lucie Counties; the groundwater assessment monitoring of the remedial system at the Broward Operations Center and post-active remediation monitoring at Treasure Coast Operations Center; health and safety support; mold i assessment and remediation activities; asbestos assessment and demolition activities; hazardous waste assessment at the FDOT D-4 Weight Station and hazardous waste management at the Operations Centers; soil and groundwater assessment, source removals and natural attenuation monitoring throughout District 4. STANDARD FORM 330(6/2004)PAGE E-21 01C082014W City of Miami Beach,Florida CB&I.Environmental&Infrastructure,Inc ,')-j1 Imo(?.r/ (C V5/ tL 1"=.(? 1'�� LrRft(.L)16i"1 },i L FDOT-6, District Wide Contamination Assessment and PROFESSIONAL SERVICES CONSTRUCTION,lf'a..licable Remediation Services Contract 2008 -Ongoing N/A Miami-Dade and Monroe Counties, FL BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Ms.Vorenkamp worked as a staff scientist for this contract from 2008 to 2011 until leaving her former employer in .12011. In 2011 Ms. Vorenkamp joined CB&I and began working on the FDOT-6 contract again as a staff scientist. Ms. Vorenkamp conducts contamination assessments in accordance with State of Florida regulations and client requirements for petroleum hydrocarbons present in the soil and groundwater throughout South Florida. Assessment includes oversight for the implementation of ground penetrating radar and interpretation of data for `` the detection of buried utilities, well survey, well installations, soil boring installations, mapping of site lithology, slug testing to determine hydraulic conductivity, and operation and maintenance of remediation systems. Construction activities includes site preparation, clearing and grubbing, construction and installation of transportation and non-transportation related construction features such as removal and/or replacement of existing asphalt or concrete pavement; removal, relocation, replacement of underground utilities such as drainage systems, water mains, sewer mains etc.; the installation and operation of dewatering systems to facilitate installation of such underground utilities; installation of sheet pile to create cofferdams for the installation of certain construction features in the dry, etc. In addition, preparation of Site Assessment Reports, Contamination Assessment Reports, Tank Closure Assessment Reports, Impact to Construction Assessment reports, and quarterly and annual monitoring reports for various projects in South Florida. (5}t ft-I_/T.R 1 L '„(1%{ _? South Florida Water Management District Environmental Risk PROFESSIONAL SERVICES CONSTRUCTION. If a.plicable Assessment Services Contract 2008 -2011 N/A South FL BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ms. Vorenkamp acted as a staff scientist for the SFWMD Risk Assessment Services contract from 2008 to 2011. d' During the her work with the SFWMD, she assisted in the project setup and management, cost management, education of staff regarding protected species, and performed biological surveys for the inversion of contaminated soil on approximately 70 acres in a Florida State Forest for a project performing soil inversion at the Picayune Strand State Forest in Naples, FL. In addition, Ms. Vorenkamp participated in the soil and groundwater assessment activities of the US Sugar land acquisition due diligence assessment, as well as the data validation of the laboratory analytical results utilizing the FDEP data validation software ADaPT. l S)ml. /t1L i I oc-.lot,i' ' coo.-k .: i ?); Vegetative Cover Study PROFESSIONAL SERVICES CONSTRUCTION(If a.plicable Palm Beach County, FL 2009-2010 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. While working with WRS Environment and Infrastructure, Ms. Vorenkamp participated in several surveys of sub- tropical vegetation in Florida Department of Environmental Protection-owned Wildlife Management Areas(WMAs). During these surveys, tasks included navigating overgrown and remote vegetated areas of the WMAs, identification of local native flora and invasive species, measuring vegetative cover using a grid method, and utilizing a handheld GPS device to input survey points and cover data. STANDARD FORM 330(6/2004)PAGE E-22 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. • E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS,CONTRACT (Complete one Section E for each key person.) • 12.NAME 13.ROLE IN THIS CONTRACT { 14.YEARS OF EXPERIENCE Jason Whitman, PG, CHMM Project Manager a. Total 16 b. With Current Firm 13 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental&Infrastructure, Inc., Miami Lakes, FL 16_EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/1999/Geology/Florida Atlantic University, Boca Professional Geologist, Florida (2379) Raton, FL Certified Hazardous Materials Manager, #12170, Nationwide BS/1997/Geology/Florida Atlantic University, Boca Raton, FL 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Additional Training/Continuing Education 40-Hour OSHA Training; 8-Hour OSHA Refresher PDIC Open Water Dive Certification Technical Skills: AQTESOLV, Superslug; MODFLOW;ARCVIEW; HERMIT 2000 Environmental Data Logger, HERMIT MiniTroll; OVA/FID, PID, LEL Meter, Level A, B, &C Personal Protective Equipment Relevant Experience: Mr. Whitman is a Project Manager/Senior Geologist, responsible for the management of both private client and state-funded projects. Mr. Whitman has utilized his expertise to delineate contaminant plumes, evaluate contaminant pathway migration patterns, and design and installation of groundwater remediation systems. He has worked on projects targeting the remediation of automotive and aircraft petroleum hydrocarbon contaminants, dense non-aqueous phase liquids (DNAPLs), as well as a wide range of industrial wastes such as pesticides, polychlorinated biphenyls(PCBs), chlorinated solvents, brine contamination, lead, arsenic, and chromium in both soil and •roundwater re•imes. 19.RELEVANTPROJECTS ('.)1 '1E) Ate-: %) ir=fAR FDEP Petroleum Contract, South Florida PROFESSIONAL SERVICES_ CONSTRUCTION(If applicable)j 2013-Ongoing 2013-Ongoing a. BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Regional Manager-Responsible for management of a regional team of engineers and scientists performing i contaminations assessments, engineering design, and petroleum cleanup projects at various state funded cleanup j , sites across the south region. ill .iii)(s`p (%fi\L R*F-t-_i W. SFWMD General Engineering Contract LPROFESSIONAL SERVICES LCONSTRUCTION_(ltapplicable)] 2007-2013 BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager-supported the District's ERCP Engineering Department by supplying a team of independent senior level engineers experienced in civil, mechanical, electrical, geotechnical, hydrology and hydraulics, b. construction, and instrumentation and controls as well as staff from supporting disciplines. Our engineering experts worked as Technical Reviewers on the Design Review Team helping to verify that designs met the required standards and practices while minimizing design issues that could lead to additional costs or delays during construction. We also provided programmatic support for the Technical Review process. The reviews were performed using Dr. Checks and completed from the design phase all the way through to the final design package. Mr. Whitman was responsible for hosting and participating in kick-off meetings, design workshops, and on-site L design meetings with SFWMD staff, SFWMD subcontracted designers, and review team members. (i)'1:[ir(rte i 5G.iI(5ff`(Cc r 4,i= f ,1-5/C City of Miami Miscellaneous Environmental Contract, Miami, FLLPROFESSIONAL SERVICESS CONSTRUCTION(If applicable)] 2008-Present BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager—Manage projects involving completed planning and design services, programming, Phase I lc.. - and II site assessments, surveying, geotechnical, feasibility studies, options evaluations, public meetings, detailed facility assessments, lead-based pain analysis, asbestos surveys, mold assessments and recommendations, cost estimates, opinions of probable construction cost, preparation of bid and construction documents, review of work prepared by sub-consultants and other consultants, field investigations and observations, construction contract l administration, as-built documentation and other related environmental services. Conducted Phase I and II, groundwater and soil testing,AST design, oversight, and SPCC for the City of Miami. STANDARD FORM 330(6/2004)PAGE E-23 01C082014W City of Miami Beach,Florida. CB&I Environmental do Infrastructure,Inc. STANDARD FORM 330(6/2004)PAGE E-24 01C082014W City of Miami Beach,Florida CB&I Environmental l&Infrastructure;•Inc • E. RESUMES OF KEY PERSONNEL PROPOSED'FOR THIS CONTRACT • •- (Complete one Section E for each keyperson.) 12 NAME • .: 1'13.ROLE IN THIS CONTRACT. j' • , • ;-14.YEARS OF•EXPERIENCE .�' J. Kenneth Brinson, PE Senior Engineer a. Total 29 b.With Current Firm 7 15:FIRM',NAME AND LOCATION(City and State) • CB&I Environmental & Infrastructure, Inc., Miami Lakes, FL !16.EDUCATION-(DEGREE AND'SPECIALIZATION) . , 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE). BS/1985/Engineering, University of Central Florida, Orlando, Professional Engineer, Florida(54772) FL Post-Graduate Coursework in Environmental Engineering, 1990 r18.OTHER PROFESSIONAL QUALIFICATIONS_(Publications,Organizations,Training,Awards,etc.) Certifications: Competent Person: Drilling Oversight(CPDO) 40-hr OSHA HAZWOPER; 8-Hour Refresher Rules for Motor Vehicle Operation Relevant Experience: Mr. Brinson is a Senior Engineer for Petroleum Remediation sites and Engineer of Record for landfill closure sites. He is responsible for groundwater and soil remediation system designs, system installation oversight, and system operation and maintenance oversight. Projects include retail fuel facilities. Site remediation technologies include SVE,AS/SVE; and bioremediation. Responsible for the final report preparation and/or review on remedial action evaluations, remedial action plans, and remedial system status reports. Duties include field training of technicians and engineers to conduct pilot tests and to operate and maintain remedial systems. [49,_RELEVANT PROJECTS Environmental Services for the City of Miami, Miami, Florida I PROFESSIONAL SERVICES j CONSTRUCTIONIIf,applicab/e); 2008-Ongoing 2008-Ongoing I a. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Task Manager and Engineer of Record—Mr. Brinson was responsible for the AST system design, permitting and construction oversight. IT I Lt-- �� i �. ;,, ry•h ��G,, r 1 ra-3 I Florida Department of Transportation, District VI [PROFEESSIONAL SERVICE[CONSTRUQTION_(lfapp/icable)� 2009-Ongoing N/A BRIEF DESCRIPTION Brief scope,size,cost,etc. AND SPECIFIC ROLE 0 Check if project performed with current firm b. ( p , ) PJ P Senior Engineer for the Florida Department of Transportation, District VI. Supports the Contract Manager to . supply the department with engineering support for assessment and remediation activities for various sites including petroleum, chlorinated solvents, and metals. Florida Department of Environmental Protection (FDEP), 'PROFESSIONAL SERVICES II CONSTRUCTION(lf applicable) _, Petroleum Remediation Sites,throughout Florida 2009-Ongoing N/A 'c; BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm I• ! Senior Engineer for FDEP Petroleum Remediation Sites. Responsible for groundwater and soil remediation system designs, system installation oversight, and system operation and maintenance oversight. Duties include field training of technicians and engineers to conduct pilot tests and to operate and maintain remedial systems. (C l_.C./‘1;+-, [Y �7,� ir- .•;f=" .CTr :! ?I`r= ('a\ -%," � I J t).1, L-'-. f ,L,.l�.�_,1����<_,.-� � �L.�,_s��. .�. �w.lY Z r? '�l , `L� l Broward County, Library of Services Contract LPROFESSIONAL SERVICE7s1C-ONSTRUCTION-(If applicable)] 2009 -Ongoing N/A d. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Senior Engineer for Landfill gas flare design and permitting project for BIC Landfill. Project required the _ J development of flare specifications, permits, and construction administration.. Operation and Maintenance of Leachate Pretreatment, South [PROFESSIONAL SERVICES]LCONSTRUCTION(1f applicab Dade Landfill, Homestead, Florida 2009 -Ongoing N/A g, BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Senior Engineer-South Dade Landfill design and construct a leachate pretreatment system. Sequencing Batch Reactor for the pretreatment of 320,000 gallons per day of landfill leachate, for discharge to the local wastewater treatment system. Environmental engineer for design modification and report submittals STANDARD FORM 330(6/2004)PAGE E-25 01C082014W • City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc STANDARD FORM 330(6/2004)PAGE E-26 01C082014W •', i, `� °` 4} City of Miami Beach,Florida• CB&I Environmental Infrastructure,Inc. , L • '„' E: RESUMES OF KEY PERSONNE L.PROPOSED FOR THIS CONTRACT i • ._ (Complete one Section E for each key person) ' 12_NAME l 13.ROLE IN THIS CONTRACT j' 14'YEARS OF EXPERIENCE Yudex A. Hasbun, PE Senior Engineer a. Total 24 b.With Current Firm 3 I.15.FIRM NAME AND LOCATION(City and State) ,:, CB&I Environmental & Infrastructure, Inc., Miami Lakes, FL 1.16.EDUCATION(DEGREE AND SPECIALIZATION), 17-CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/Civil Engineering/National University, Dominican Professional Engineer, Florida, (54810) Republic OSHA HAZWOPER 8-Hour Refresher Stormwater Systems Best Management Practices, 2013 Lead Safety, 2010 Solar Electric Generation Technologies, 2010 I18,OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,.Awards,etc_) , Relevant Experience: Mr. Hasbun has over 24 years of experience in environmental services and construction for FDOT-6, FDOT-4, the Miami-Dade Expressway Authority(MDX), the South Florida Water Management District (SFWMD) and private clients. He has managed a wide variety of site investigations, hazardous waste management and disposal, environmental permit acquisition, and remediation construction involving large-scale groundwater treatment, soil excavation, and in-situ soil treatment. He also has experience managing analytical laboratories and conducting Quality Assurance/Quality Control audits and implementing QA procedures. As a Contract Manager, he oversees the performance of civil and environmental construction projects, Site Assessments, Remedial Action Plans, Natural Attenuation Monitoring Only Plans, emergency responses, asbestos abatement reports, Impact to construction Reports and source removal investigations. He provides supervision, training, and technical direction to staff personnel and inter-agency coordination. F19.RELEVANTPROJECTS FDOT 6, Districtwide Contamination Assessment and I PROFESS,IONAL SERVICESJI CONSTRUCTION((If applicablJ_I I Remediation Services Contract 2012 -Ongoing 2012-Ongoing BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Contract Manager, manages team engaged in performing Impact to Construction activities, including contamination assessment, remedial design, oversight to construction activities, installation of drainage structures land piping in areas of contamination, underground storage tank and source removals, soil and water ' ' ' management, permit compliance and associated reporting. Includes client liaison, regulatory agency relations, budget analyses,job set-up, management of staff, and planning and execution of all aspects of the contract. ii: I'i__/..,1 , 't,O\IC'1_1'F?:( i�) i ,J',ti1 ia,-,s It i, SFWMD Environmental Risk Assessment Services Contract I PROFESSIONAL SERVICEjI CONSTRUCTION(ff appticablekj 2005-2012 N/A . BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Contract Manager, responsible for supervision, management, and progress of all contract elements. His duties included communicate with the District's Project Manager; receive and execute all work orders, work order revisions, and work change directives; assign appropriately qualified personnel, and oversee implementation of b. each task; prepare work plans, proposals, and weekly status reports; direct all contract management and .. i administrative functions, including cost and schedule tracking; and assure adherence of all operations and tasks to the requirements of the SFWMD's Field Sampling Quality Manual and Health and Safety Programs. . Responsibilities included close coordination with the SFWMD; project cost control; project schedule control; management of subcontractors; corrective action procedures; project tracking and data management; quality control and sign/seal/approve technical plans and reports. Projects of note included the remediation of pesticide __; impacted soils at the Picayune Strand Forest, in Collier County, Florida. '�(7:)>1'l L_.-(.1-4,7 i_ti?i%r',i C'0-k'(�ii .-7 `',u�'-�i:?' �? 1`Z_11. i1AZ t t�t? ,, Miami-Dade Expressway Authority Contamination Assessment [PROFESSIONA_L_SERVICE�I CONSTRUCTION(If applicable)] . and Remediation Contract 2005-2009 N/A c. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Contract Manager. Projects of note included the assessment of the MDX Parcel 169 in Miami, Florida. Mr. Hasbun coordinated the activities between the MDX, the Miami-Dade Transit Authority(M-DTA) and the Department of Environmental Resources Management(DERM). STANDARD FORM 330(6/2004)PAGE E-27 01 C082014 W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. (t) 1,11 �� \?` Ail 2 (ti :}i'-7 A1=-4!.4 ;4511O'LLi FDOT-4, Districtwide contamination and Environmental PROFESSIONAL SERVICES CONSTRUCTION(if Remediation Services a•.licable 2002 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Contract Manager. Responsible for development of Work Plan/Cost Estimates and receive all Letters of -- _ Authorizations from FDOT-4; manage administrative functions for the contract including accounting, procurement, resources, etc.; assign, manage, schedule, and direct contract staff to ensure responsive service. d. Projects of note include the performance of several hundred Emergency Response Activities for FDOT D-4 in Broward, Palm Beach, Indian River, Martin and St. Lucie Counties, dredging of canals in Broward County; the operations and maintenance and design modifications of the remedial system at the Broward Operations Center (BOPS); the upgrade, repair, and maintenance of the fuel systems at BOPs, Palm Beach Operations Center, Treasure Coast Operations Center, the Henry Kinney Tunnel and sub-yards; health and safety support; mold assessment and remediation activities; asbestos assessment and demolition activities; hazardous waste assessment at the FDOT D-4 Weight Station and hazardous waste management at the Operations Centers; soil and groundwater assessment, source removals and natural attenuation monitoring throughout District 4. l�•: �jli (.ter�)is 1)�./r,T f:-+1\(�/,;'•? y�{sj,;l _ (.ri.i.;�lr){`.�+'E` L 1.t�.. Aerojet Canal PROFESSIONAL SERVICES CONSTRUCTION(if Miami, Florida ap•licable 2010-2012 2010-2012 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Project Manager. As part of the C-111 Spreader Canal project, the South Florida Water Management District utilized a section of the Aerojet Canal adjacent to the former Blue Heron Aqua Farm for transmission of flow from the S-199 pump station. Due to the project's proposed ouffall to the Everglades National Park, additional safeguards were employed to ensure that phosphorus did not leach from the bottom sediments into the water column and affect water quality in sensitive areas downstream. An analysis was performed of the flow within this section of the Aerojet Canal to determine the potential for scour and re-suspension of the phosphorus laden sediment present in the canal and provided recommendations for capping the sediment in place based on the results of the model and analysis. A corrective action plan was developed to prevent nutrients from being transported downstream when the C-111 Spreader Canal—Aerojet Canal Extension project was put into service. The corrective action consisted of the installation of canal side plugs, construction of a longitudinal berm; construction of a 5-acres sediment containment area, hydraulic dredging of the contaminated sediments, sampling and analysis, application of a chemical flocculent, gravel pack and bank stabilization installation, canal plug modifications, contaminated sediment disposal, demolition of onsite structures and a land bridge, construction of downstream baffles and final site restoration. Mr. Hasbun managed all aspects for the project and was the principal liaison between the South Florida Water Management District, Miami-Dade County Department of Environmental Resources Management, Florida Department of Environmental Protection, and the US Army Corps of Engineers. STANDARD FORM 330(6/2004)PAGE E-28 01C082014W City of Miami Beach,Florida CB&I Environmental do Infrastructure,Inc. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 7,13.ROLE IN THIS CONTRACT _ _ 14.YEAR S OF EXPERIENCE Monika Ugrinska Contamination Assessment a. Total 8 b.With Current Firm 8 Scientist 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental&Infrastructure, Inc., Miami Lakes, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) _17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2005/Environmental Economics/, Oregon State Stormwater/Erosion/Sediment Control Inspector-DOT, 2007, University (16573)Active, Florida BS/2002/Agricultural Business, University of Arkansas, Maintenance of Traffic Intermediate level Training-DOT, 2002 2009, Active, Florida AS/1999/Agricultural Business, Dlmitris Perrotis College of Agricultural Studies, Thessaloniki, Greece 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)• Certifications/Training: Competent Person: Drilling Oversight(CPDO), CB&I Environmental, Inc., 2006; 40-hr OSHA HAZWOPER, 2005; 8-Hour Refresher Relevant Experience: Ms. Ugrinska is an environmental consultant whose experience includes petroleum assessment and remediation services for 7-Eleven, Inc. and experience with DOT environmental services contract. The responsibilities include job set-up, planning and oversight of field activities in accordance with applicable county and state requirements, environmental and construction permitting; environmental construction, compliance and remediation; and evaluation of contaminant pathway migration patterns and subsurface investigation. 19.RELEVANT PROJECTS ( A r e)L_O,C/`1,JR.(:- �",A1 v 1.S1i.1 ,J \I-J:`, 7-Eleven, Inc.,Various Locations, Florida I PROFESSIONAL SERVICES]CONSTRUCTION(If applicable) 2005-Ongoing 2005-Ongoing BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Environmental Scientist/Project Manager for retail petroleum sites located throughout the State of Florida. Coordination, work and management of projects from site assessment activities, including oversight for the a. m• of ground penetrating radar and interpretation of data for the detection of buried utilities, well survey, well installations, soil boring installations, mapping of site lithology, slug testing to determine hydraulic conductivity, to oversight for installation of air sparge/soil vapor extraction remediation systems and operation and maintenance of remediation systems, preparation of scope of work requisitions for subcontractors, and direction of the subcontractors.Additional responsibilities include coordination and oversight of Underground Storage System closure assessments in accordance with Chapter 62-761, FAC. rl,)T1-115/ )%LW,7,-,T1..t■,, i r Lit I ;2'1 'i' :vVWAS,T(4 Florida Department of Transportation District 6 Contamination I PROFESSIONAL SERVICES I CONSTRUCTION(If applicable); Assessment& Remediation, Miami Dade and Monroe Counties 2008-Ongoing 2008-Ongoing b. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Scientist/Task Manager responsible for impact to construction assessments, oversight of subcontractors, oversight of construction activities, source removals, review and interpretation of field data as well as laboratory _j data, financial l tracking of projects, preparation and review of technical reports. I r l I �.I.L Lj'�l.;Edi).LLt�.tf i ,(GL,C'L'�^1'9Cs✓' ;7_)C/ rd:�c\'J -t;ii ii Operation and Maintenance of Leachate Pretreatment, South .PROFESSIONAL SERVICES JLCONSTRUCTION(L applicable)] 1 Dade Landfill, Homestead, Florida 2005-Ongoing N/A c. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Environmental Scientist responsible for monthly, quarterly, semi-annual and annual permit reporting requirements for the South Dade Landfill with Sequencing Batch Reactor for the pretreatment of 320,000 gallons per day of landfill leachate, for discharge to the local wastewater treatment system. A1∎ Wig (y)4Jl PS A W City of Miami Misc Environmental Services; Nu-Way Phase 2, PROFESSIONAL SERVICES II CONSTRUCTION(If applicable)_' Miami, FL 2009 N/A d. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Environmental Scientist/Task Manager for Nu-Way project. Managed subcontractors during monitoring wells installation and development, and managed soil and groundwater sampling.. STANDARD FORM 330(6/2004)PAGE E-29 01C082014W City of Miami Beach,Florida CB&l Environmental Sr.Infrastructure,Inc., STANDARD FORM 330(6/2004)PAGE E-30 01C082014W u__! - City of Miami Beach,Florida 'CM Environmental'&Infrastructure,Inc.I�' i ,E.,RESUMES OF KEY PERSONNEL PROPOSED FOR-THIS CONTRACT . L� •.- . . ‘, (Complete one Section E for each key person.). ,• 12.NAME _ ' • ' 'E 13.ROLE IN THIS CONTRACT • { ,' '141 YEARS OF EXPERIENCE: ' Josh Blanco, CHMM Contamination Assessment a. Total 10 b.With Current Firm 10 Scientist 15.FIRM NAME AND LOCATION(66;and State) . " . ' ' • : , - CB&I Environmental&Infrastructure, Inc., Miami Lakes, FL 116.EDUCATION.(DEGREE AND SPECIALIZATION) . , 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE). BS/1999/Biological Sciences/Florida Atlantic University, Certified Hazardous Materials Manager(14027) Boca Raton, FL Certified Professional in Erosion and Sediment Control In Training AHERA Asbestos Inspector FDEP Qualified Stormwater Management Inspector 1,18.OTHER PROFESSIONAL QUALIFICATIONS,(Publications,Organizations,Training,Awards,etc.) - ' Relevant Experience: Mr. Blanco is an Environmental Scientist/Engineer who has worked on environmental and construction permitting; environmental compliance auditing; Phase I and II environmental investigations; SPCC plans; UST/AST removal, and construction support including dewatering permitting, dewatering treatment, storm water compliance and inspections. He has performed as a project/task manager for FDOT contamination assessment and remediation contract and the senior lead for environmental assessments. Mr. Blanco also serves as the office safety representative responsible for developing and reviewing health and safety plans, and as one of the office emergency response program coordinators. 19.RELEVANT PROJECTS_ _ • Florida Department of Transportation District VI,State Road PROFESSIONAL SERVICESIcONSTRUCTION Lf_appticabe-,1 826-836 Interchange Project, Miami-Dade County, FL 2009 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Project Scientist—Petroleum and solid waste impacted soil and groundwater removal and disposal, Underground storage tank removal and disposal, Aboveground storage tank removal and disposal. Coordinated permitting, field operations, sampling and reporting to'regulatory agencies. Responsible regulatory agency: FDOT and FDEP. ( ),f 11 1,L,,,.,,->i;��,��S�L.„(�.., r,_'--;ce_=,;Y _ 1�.� ��.�(''''2.' 't1 [1�_. I Florida Department of Transportation District VI Miami PROFESSIONAL SERVICE��CONSTRUCTION.(lfapplicable)! Intermodal Center Project, Miami-Dade County, FL 2010 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm rb- .'. Project Scientist. Onsite treatment of dewatering discharge effluent in support of construction. Coordinated petroleum and solid waste impacted soil and groundwater removal and disposal, Underground storage tank removal and disposal, Above ground storage tank removal and disposal. Coordinated permitting, soil and water , removal and disposal, field operations, sampling and reporting to regulatory agencies. Responsible regulatory agency: FDOT and FDEP. r. j ii) i.1I r=1f F sh2,110i:,1'^. . , !:,,,,,, ( )1 ';r`);,1-1 1`i3 Florida Department of Transportation District VI, South Dixie liROFESSIONALSERVICES�[CONSTRUCTION(lfapplicabte)I Highway Project, FL 2010 -2011 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager. Excavation and disposal of contaminated soils along FDOT corridor and installation of drainage structures in the contaminated areas. Responsible regulatory agency: FDOT and FDEP. (i);1171I`-.I,1''.?Lela i r _ _ City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc IIi; L't l l Pi.LC, C:I`i(I!;(1V1 r=c+ j�L s `1 i;l C?f�:r! t"; 7-Eleven, Inc. Alliance Program PROFESSIONAL:SERVICES CONSTRUCTION If a..Various Locations, US 2004-Ongoing 2004-Ongoing BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Scientist I/Consultant-National contract with 7-Eleven, Inc. Mr. Blanco supports this contract through emergency spill response, performing subsurface investigations, conducting remediation activities, and performing environmental compliance audits. $5 -$10 annually. STANDARD FORM 330(6/2004)PAGE E-32 01 C082014 W . . City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc f • • E. RESUMES°OF KEY,PERSONNEL PROPOSED:FOR.-THIS'CONTRACT; . ' '; ' (Complete one Section E for each key erson. ,, ' ' 12.NAME , , 13.ROLE IN THIS CONTRACT 1 14.YEARS OF'EXPERIENCE - Brett Bohentin, MS Contamination Assessment a. Total 13 b.With Current Firm 10.5 Scientist 115.FIRM NAME AND LOCATION(City and,State)_ CB&I Environmental & Infrastructure, Inc., Miami Lakes, Florida [16.EDUCATION(DEGREE AND SPECIALIZATION)_ 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2008/Biology/University of South Alabama, Mobile, 38-Hr Army Corps of Engineers Wetland Delineation Alabama Training Program BS/2005/Biological Sciences/University of Southern Mississippi, Hattiesburg, MS L18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) " Relevant Experience:. Mr. Bohentin has worked on a variety of projects in the areas of contamination assessment/remediation, permitting, due diligence and regulatory compliance, and pollution prevention. (Metal Levels and Toxicity of Sediments from the Mobile River/Chickasaw Creek Watershed using Chemical, Ecological, and Toxicological Evaluations, Poster Presentation; SETAC North America, Milwaukee,WI, 2007, Society of Environmental Toxicology and Chemistry(SETAC), American Association for the Advancement of the Sciences (AAAS), 40-Hr OSHA HAZWOPER Training) - - - - ----------- I 19-RELEVANT PROJECTS (`, ;CL,_Jr t i,11 _1>,.I ) (4fi.'f.-_...':S 0:.;`1,-/k'(:P07iy_ r) Canal Insurance Spill Site, I PROFESSIONAL SERVICES LCONSTRUCTION(lfapplicable)i Wauchula, FL 2012 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Field Scientist: The Canal Insurance spill site in Avon Park, Florida involves the assessment a large wetland as the result of a 4,000 gallon gasoline/diesel spill in August 2012. The assessment activities include surface water mapping, soil screening, soil/sediment/surface water sampling and analysis, monitoring well installation, and groundwater sampling, as well as compliance with state and local regulatory agencies. Responsible Regulatory Agency: Polk County Health Department and the Florida Department of Environmental Protection i Retail Petroleum Facilities, LPROFESSIONAC SERVICES_ILCONSTRUCTION(Ifapplicable)J Various Locations, FL Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc-)AND SPECIFIC ROLE ®Check if project performed with current firm b., Field Scientist: Mr. Bohentin has been responsible for site history reviews, development of site specific health and safety plans, Phase I and II environmental audits related to real estate transactions, UST/AST removal oversight and closure sampling activities, site assessment activities including soil screening/sampling,monitoring well installation oversight, groundwater sampling, and report/proposal preparation. Responsible Regulatory Agency: Florida Department of Environmental Protection,Various County Agencies(Broward, Miami-Dade, Palm Beach, Collier, Lee, St. Lucie, Martin, Hillsborough, Manatee, Sarasota, Pasco,Volusia, Lake, Duval, Polk, Orange, Seminole, and Brevard) (' `ii l_-/,,`�J!-(_)L, .'L'J i .:f,,,,- :S`,(.,1:., ?_ `„ t J rJ°' r 2 Florida Department of Transportation, District VI, Florida 1-PROFESSIONAL SERVICESiI CONSTRUCTION(If applicable)_1 Miami-Dade County, FL Ongoing N/A C.. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm ? Field Scientist, Mr. Bohentin has assisted in soil/groundwater sampling at active various sites in Miami-Dade County.Assisted in soil/groundwater sampling during Initial Contamination Assessment of Roosevelt Boulevard in Monroe County. In addition, he has overseen UST removal and compliance sampling at the Miami Intermodal Center. Responsible Regulatory Agency: = Miami-Dade County ', i(1 I-.1 (!:.Ly?C ,C2 r(21,rx2 c�i;_;, A- =7f !;`E5FL fir:L f:r <TJ a Ar:aLFfi -1 i1[ Real Estate Transaction Support _PROFESSIONAL SERVICES ILCONSTRUCTION(lf applicable) ! Various,AL 2005-2008 N/A it,' BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm r Biologist: Mr. Bohentin was responsible for conducting Endangered Species Surveys as part of commercial real estate transactions for private clients in southern Alabama and preparation of reports for regulatory review. Responsible Regulatory Agency:Alabama Department of Environmental Management STANDARD FORM 330(6/2004)PAGE E-33 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. Vought Aircraft Facility PROFESSIONAL SERVICES CONSTRUCTION If a..licabie Stuart, FL 2009 . N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Scientist.Assisted with assessment efforts involving groundwater and soil impacts from chlorinated solvents, PCBs, metals, and jet fuels. STANDARD FORM 330(6/2004)PAGE E-34 01C082014W of Miami B City o aml each,Florida CB&l Environmental&Infrastructure,Inc • E. RESUMES,OF KEY PERSONNEL PROPOSED FOR THIS,CONTRACT . (Complete one Section E for each key person.) 12,NAME _ ;113.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE Thomas Pierro, PE, D.CE. Senior Coastal Engineer a. Total 13 b.With Current Firm 13 f 15.FIRM NAME AND LOCATION(City and State) . CB&I Environmental&Infrastructure, Inc., Boca Raton, FL I 16.EDUCATION(DEGREE AND SPECIALIZATION), 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2001/Ocean Engineering/Florida Atlantic University, Professional Engineer, Florida(64683), New York Boca Raton, FL (090464-1) BS/1999/Ocean Engineering/Florida Atlantic University, Boca Raton, FL [18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Associations:ASCE,ASBPA, Florida Shore& Beach Preservation Association, Surfrider Foundation, PADI certified SCUBA diver, NITROX certified, Jim Purpura/T.Y. Chiu Award (Florida Shore& Beach Preservation Association)for outstanding contribution to coastal engineering in the State of Florida. Relevant Experience: Tom Pierro is a Project Manager and Senior Coastal Engineer with broad experience in project management, planning, design and permitting, engineering and modeling, plans&specifications, field investigation, construction oversight, and feasibility studies of coastal engineering projects. He has both BS and MS degrees in Ocean Engineering from Florida Atlantic University and is a registered professional engineer in Florida and New York. Since 2001, Mr. Pierro served as Project Engineer on several shore protection, beach nourishment and marine structure projects. In 2011, Mr. Pierro was awarded the Jim Purpura/T.Y. Chiu Award from the Florida Shore & Beach Preservation Association for outstanding contribution to coastal engineering. [19.RELEVANT PROJECTS ilk t c IIT_:. '�`��. L�L I'.3a ray C[ ?jr �, 0) Ai6't '" • Palm Beach Comprehensive Erosion Control Project I PROFESSIONAL SERVICES II CONSTRUCTION(If applicable I Palm Beach County, Florida 2006 -2013 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm a. .i Project Manager and Modeling Engineer.The project was designed to hold a moderate beach with structures based on results from two numerical models: the BOUSS2D breaking wave model and the Delft3D morphologic (sand transport) model. The results suggested a recommended plan of sand nourishment, breakwaters and groins to achieve the project objectives. (q r 1-[Ti 1_ /:1,ft_.5 F;•;tio C=( � (>,)l'3 r1 Cf Y i l lL L_ Delray Beach Erosion Control Program I PROFESSIONAL SERVICEsiI CONSTRUCTION(If applicable' Delray Beach, Florid 2006 -Ongoing 1973,78,84, 92, 02, 05, 13 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm b. Project Manager and Senior Engineer for Delray Beach's federal storm damage reduction project for the City since 2006. Project manager and engineer of record for the 5th Periodic Beach Renourishment Project. In charge of project design, permitting and construction on a reimbursable basis with the Corps of Engineers. Tasks included project administration, contractor selection, construction observation, verification of fill volume placement, compliance with project permit requirements and confirmed contractor requests for payment. (__) -(52Curq_-lam Boca Raton Comprehensive Erosion Control Program [PROFESSIONAL SERVICEJI CONSTRUCTION(If applicable)! Boca Raton, Florida 2004-2009 1988, 1998, 2004, 2009-10 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Senior Engineer on the three main coastal projects for the City of Boca Raton (North, Central and South Boca C. Raton)from 2004 through 2009. Provided construction oversight during the recent beach projects, in addition to associated structural work on the Boca Inlet Weir Relocation and Central Boca Raton Groin constructed in 2004. Provided performance evaluations for the City's beach nourishment program through evaluation of annual monitoring surveys and development of engineering reports. Prepared annual budget estimates for the City's coastal program and develops Long Range Budget Plans for State cost-sharing. Supported development of the Federal Design Document(LRR), which is a requirement for Federal funding on the North Boca project. STANDARD FORM 330(6/2004)PAGE E-35 01 C082014W . _ — ' .. . � _ . � �_ _ '� � . '• ` cuv"vm��uew* p�na= , . co�s�000mo"*u&m*=,�o�n�m= . � ` . ' ' . '� , • � ` ' • _ '' , '^^ ' , u`rIT'-_L������ �,--L t,-2 r��r� ,,_''���� Lido Key Beach Nourishment Project PROFESSIONAL CONSTRUCTION If ~^xca»le 2008'Ongoing 2009 City of Sarasota, Florida BRIEF DESCRIPTION(B rief scope,size,cost,etc.)AND SPECIFIC ROLE Z Check if project performed with current firm I Project Manager and Senior Engineer for the FEMA supported repair of the Lido Key Beach Nourishment Project. Developed of an extensive 3D numerical model (Delft3D)centered on the project area to evaluate the 0` effects of dredging the New Pass ebb shoal on the surrounding coastal system. The modeling also required the deployment of wave and current gauges to provide field data for model verification, which was achieved with the use of CPE's in-house Acoustic Doppler Current Profilers(ADCP). The successful modeling analysis resulted in ' issuance of the State and Federal permits for the project, which was constructed in less than 40 days in March .. and April, 2009. Performed site observations, permit compliance evaluations and administered all aspects of the construction contract resulting in an on-time and on-budget project completion. The project received a "Best Restored Beach"award from the A8BPA. I/nnr`�rmmo/^��`1,xm/�����,�/ m�����*u�x� Longboat Pass Inlet 0YmnmgmmnentStudy *nursaa/om��asmv/osa CONSTRUCTION �^..x��� Sarasota and K8mnmteeCounties, Florida ���� 'C�n�o|n� �//� amsposoompnow��ev�nemz*co�e�/AND SPECIFIC ROLE OO Check nnmie�nem,mnou°/mc"montnnn Senior Engineer for development of the Longboat Pass Inlet yNonogemantStudy. The study was prepared to facilitate and integrate the ongoing management of the Pass and the adjacent Gu�shore beaches. The main objective of the study was to develop a plan for both maintenance of a navigable pass and to identify the most effective method of restoration and pnaoomobonof the adjacent beaches onLongboat Key and Anna W4ohoIsland. Developed pn�actalternatives and provided guidance, direction and oversight for development ofa comprehensive morphodynomio model using Oe|ft3D. The study resulted inopeoi�c recommendations for comprehensive management of Longboat Pass, indudingnaato�tionand preservation of the adjacent beaches, andwaooubmittadforreviewtothoTomnofLongboot Key, Manatee County and the FDEP. STANDARD FORM 330(6/2004)PAGE E-36 City of Miami Beach,Florida ti CB&I Environmental&:Infrastructure,Inc. E. RESUMES.OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT.. - (Complete One Section E for each key.person:) • 12.NAME- " 113:ROLEIN THIS CONTRACT " • 14.YEARS OF EXPERIENCE ' Scott Hicks, PE Senior Coastal Engineer a. Total 15 b. With Current Firm 2 ,.15.FIRM NAME AND LOCATION(City•and'State) ..CB&I Environmental &Infrastructure, Inc., Boca Raton, FL L,T6.EDUCATION(DEGREE,AND,SPECIALIZATION) 17,;CURRENT PRO FESSIONALREGISTRATION(STATE ANDDISCIPLINE) BS/1997/Ocean Engineering/University of Rhode Island, Professional Engineer, Florida(64220),Washington Kingston, Rhode Island (40306), Texas(117393) 138..OTHER PROFESSIONAL'QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Associations: Southeast Florida Coral Reef Initiative(SEFCRI)voting team member, American Academy of Underwater Sciences (AAUS) dive control board member, Florida Association of Environmental Professionals (FAEP), American Shore and Beach Preservation Association (ASBPA), Florida Shore and Beach Preservation Association (FSBPA) Relevant Experience: Mr. Hicks has over 14 years of engineering experience with coastal, waterfront and marine facility engineering. His diverse background ranges from business development and marketing to pre-feasibility engineering through final design and construction administration both domestically and worldwide. Technical expertise includes coastal engineering analysis, hydrographic surveying and design of coastal structures, navigation projects, marine terminals as well as marinas and boating facilities. Mr. Hicks served on the Town of Palm Beach Shore Protection Board from December 2008 to December 2009. [19,RELEVANT PROJECTS > > = �,-_ '«(fin`{ � � lt, ,CN 01 Boeing Plant 2 Environmental Restoration Project [:...PROFESSIONAL SEERVICESILCONSTRUCTION_(tfapplicableJI Seattle, Washington 2012 -2013 various BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a' Project Manager—Mr. Hicks was responsible for daily data collection efforts including multi-beam surveying to monitor dredging production and schedule for multi-year, high profile dredging and sediment capping project in the Duwamish River. Installed and maintained barge tracking and dredge bucket positioning system to track locations and quantities of dredged materials. i ,l l t L�:=C J.''�LOG/ 4? (,A=2 0 s'~.;:_i (%) Chayvo Beach Offloading Facility I PROFESSIONAL SERVICES LCONSTRUCTIQN_(If_applicable)] Sakhalin Island, Russia 2010 -2012 2012 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b' Project Manager for the design of a navigation channel, turning basin and barge berthing pad for a temporary offloading facility located in Russian Far East, on Sakhalin Island Russia. The objective of this high profile project was to construct a facility capable of offloading five deep draft barges transporting modular equipment intended for an oil and gas plant expansion project that would then be returned to the natural environment. G&G Marine Terminal Design I PROFESSIONAL SERVICESICONSTRUCTION(If applicable Dania Beach, Florida 2011 -2012 2012 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm C Project Manager for project that consisted of condition assessment of a failing bulkhead along the Dania Cut-Off Canal. The G&G marine terminal is a facility that loads and offloads inter-island container vessels servicing various Caribbean ports. Mr. Hicks conducted a condition assessment of the failing wall and was responsible for _ the engineering design and permitting of the vessel berth dredging. ( ,,ti;E,,�s = I, ± t tom?'.+� '1: �J_ 7 .:4 f (51q10'11. 1)t . �.. Bahia Las Minas Marine Terminal Condition Assessment LPROFESSIONAL_SERVICES LCONSTRRUUCTION(If applicable)! Colon, Panama 2009 -2012 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer for the assessment of the existing facilities and evaluated feasibility of potential upgrades to a' Aframax class vessels. The Bahia Las Minas Marine terminal consisted of three vessel jetties(piers) used in the loading and unloading of fuel product vessel near Colon, Panama. Vessels serving the Las Minas terminal range • from coastal barges, Handy Size, Handymax and Panamax class vessels. Mr. Hicks was responsible for the . evaluation of dredging requirements, existing terminal conditions, coastal engineering analysis and dynamic mooring analysis of the existing and potential vessels utilizing the terminal. STANDARD FORM 330(6/2004)PAGE E-37 01C082014W City of Miami Beach,Florida CB&I-Environmental&Infrastructure,Inc. i, ).".. :y jt \.(G.1,31t=12,0:, G(3,;(5'4 1 i1DHat Island Marine Expansion.Project --- PROFESSIONAL SERVICES .CONSTRUCTION If a..livable Gedney Island, Washington 2006 -2012 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Engineer for Hat Island who desired to expand its existing marine facility and construct improvements to the entrance breakwaters to reduce wave heights within the marine during storm events. Mr. Hicks design the improvements to the existing portion of the facility, including repairs to the marine bulkhead, stone breakwater, access channel dredging and the new breakwater structure to dampen waves progressing into the marine basin. Mr. Hicks also design the marine expansion. STANDARD FORM 330(6/2004)PAGE E-38 01C082014W , ' City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. • E 'RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • v, (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT , 14.YEARS OF EXPERIENCE , • David Swigler, PE Coastal Engineer a. Total 5 b.With Current Firm 5 15.FIRM,NAME AND LOCATION(City- City,and State) _ • CB&I Environmental &Infrastructure, Inc., Boca Raton, FL '16:'EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2009/Texas Ocean Engineering/Texas A&M University Professional Engineer Florida(75548), Texas BS/2006/Civil Engineering/University of Florida (114850), Alabama (33742) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Relevant Experience: David Swigler, PE has experience with a variety of projects throughout the various stages of the project planning process. This includes feasibility studies, design and planning, permitting, and final construction. These projects ranged from beach nourishments, to marsh restoration, to shoreline stabilization structures, to barrier island restoration, to dredging sediment from offshore sources, among others. While working on these projects, coordination with state and federal agencies was required to achieve project performance goals, budgets, and time constraints. Mr. Swigler has the experience to administer and oversee the inception of coastal projects through to implementation and construction. • L1 • 9.RELEVANT PROJECTS r7-;(;, 1f)} .-11\ (.'!Sector 3 Dune Repair Project I PROFESSIONAL SERVICESVI CONSTRUCTION(lfapplicable)' Indian River County, FL 2012 -Ongoing Winter 2014/2015 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager and Engineer of Record Sector 3 within Indian River County was initially nourished in 2012, a. but shortly after completion sustained damage during Hurricane Sandy. The dune repair project involves truck- ' hauling and placing 155,000 CY of sand from an upland source along —6 miles of coastline. The dune will be vegetated with 189,000 native plants. Mr. Swigler was responsible for the design, permitting, and construction of the project. This involved quantifying storm losses, designing fill templates, coordinating with state and federal permitting agencies, developing construction plans and specifications, assisting with bid solicitation, managing r contractors during construction. { . ;(,i��1.}.£V�f„rJ iJ, /�:i�;(�(`"ti FTt?�'�:a= o Anna Maria Island Central Beach Nourishment Project [PROFESSIONAL SERVICES II CONSTRUCTION(If applicable) Manatee County, Florida 2013 Winter 2013/2014 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b' Engineer of Record The Central Beach Nourishment Project is federally authorized and recently renourished in the winter of 2013/2014 to offset erosion since 2005 and repair damages sustained in 2012 during Tropical Storm Debby. The project dredged 905,000 CY of sand from an offshore borrow area and placed it along 4.6 miles of coastline. Mr. Swigler was responsible developing the supporting documents for design and permitting. This I . involved quantifying storm losses, designing fill templates, representing the County, coordinating with the USACE to obtain permits, and assisting the USACE in the development of the construction plans and specifications. Breakers Hotel T-Groin Rehabilitation Project I PROFESSIONAL SERVICES/LCONSTRUCTION(lfapplicable)i Palm Beach County, FL 2011 -2013 Winter 2011/2012 BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm `. Coastal Engineer The project included rehabilitating 5 T-head breakwaters, installing one breakwater, and removing another breakwater to stabilize the shoreline fronting the Breakers Hotel and protecting its seawall. Responsible for construction oversight, permit compliance, coordination with Contractor and permitting agencies, and post-construction monitoring. ELQ—/,:I I171k D7 '�� J,l��r. ti (j_) Longboat Key Islander Semi Permeable Groins I PROFESSIONAL SERVICES!LCONSTRUCTION(lfapplicable)j Sarasota County, FL 2008 -2010 Winter 2010 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Coastal Engineer The project included the construction of 2 permeable adjustable groins on Longboat Key to stabilize the beach fronting the Islander Hotel and extend the renourishment interval for sand placement. Mr. Swigler was responsible for construction observations, turbidity monitoring, and coordinating with Contractor • and permitting agencies. STANDARD FORM 330(6/2004)PAGE E-39 01 C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. (I! t i LL l-:r.9,L`r rr (i ai 5 it c=), (? \L' CC u l Breakers Hotel T-Groin Rehabilitation, Florida- PROFESSIONAL SERVICES CONSTRUCTION If a.•licable 2012 2012 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IS Check if project performed with current firm Coastal Engineer responsible for construction oversight and permit compliance of the construction of the breakwater field and groin rehabilitation in Palm Beach, Florida. Responsibilities included construction observations, permit compliance, and serving as an intermediary liaison between the client, contractor, and engineer. STANDARD FORM 330(6/2004)PAGE E-40 01C082014W City of Miami Beach,Florida • CB&I Environmental&Infrastructure,Inc. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME '113.ROLE IN THIS CONTRACT ° 14.YEARS O F EXPERIENCE Tara Brenner, PG Civil/Coastal Engineer a. Total 7 b.With Current Firm 7 15.FIRM NAME AND LOCATION(City and State) • • CB&I Environmental& Infrastructure, Inc., Boca Raton, FL 116.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2012/Civil Engineering/Florida Atlantic University, Boca Professional Geologist, Florida(2828) Raton, FL BS/2007/Environmental Geosciences/University of Notre Dame [18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certifications: BOEM Certified Protected Species Observer, PADI Open Water Diver, PADI Enriched Air Nitrox Diver, Divers Alert Network (DAN) Member,American Red Cross Instructor, CPR/AED for the Professional Rescuer, First Aid for the Professional Rescuer, Emergency Oxygen Administration, Blood Borne Pathogens Trained Relevant Experience: Tara Devine Brenner joined CB&I in 2007. Ms. Brenner assists with engineering services including: permitting, local government funding requests, construction observations, engineering analysis, development of construction plans & specifications, engineering monitoring calculations and report preparation. Ms. Brenner has extensive experience with the incorporation of remote sensing and GIS tools into the geotechnical and environmental aspects of projects. Ms. Brenner has assisted with vibracore collection, hydrographic surveying, seismic data interpretation, and environmental monitoring for CB&I projects. Ms. Brenner has been responsible for data analysis, incorporating geotechnical requirements for state and federal permitting and supporting borrow area design and project construction for a number of projects. 19.RELEVANT PROJECTS (l) Flood Control and Coastal Emergency (FCCE) Shore Protection PROFESSIONAL SERVICESICONSTRUCTION_(Ifapplicab/e) Project 2012 -2014 2014 Delray Beach, Florida BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Project Engineer- Performed coastal engineering tasks on behalf of the City of Delray Beach to assist the USACE in the permitting and development of plans and specifications for the FCCE Shore Protection Project that / placed 381,200 cy in response to storm damages from Hurricane Sandy. During construction, conducted daily construction observations, sediment QA/QC and coordinated with permitting agencies to report monitoring data. ! Prepared and su�bmitiyted�the post-construction sediment results report and the engineering monitoring report. ittlt 5 2013 -2014 Hot Spot&Tropical Storm Fay Beach I PROFESSIONAL SERVICES I[CONSTRUCTION(If applicable) Renourishment Project 2012 -2014 2013 -2014 Collier County, Florida BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Engineer and Project Geologist—Conducted coastal engineering and coastal geology analyses in b` support of permit modifications to allow truck hauled sand from upland sources and beneficial use of dredge sand from Doctors Pass. Prepared construction plans and specifications and was involved with pre-project planning between the County, contractors and sand mine. During construction provided updates to construction templates based on pre-construction conditions and optimization of fill placement. Also conducted periodic beach l observations, truck ticket tracking and coordinated with agencies on permit requirements. Prepared and submitted the post-construction engineering monitoring report. i,l O,i\C,L?C1cvNg-R(i cif Rtelo, (Ev i 1.o 15-Year Permit Application I PROFESSIONAL SERVICES lLCONSTRUCTION(If applicab7e)i Collier County, Florida 2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm C. ' Scientist—Preparing permit applications to FDEP and USACE for a 15 year permit to conduct beach renourishment activities on Collier County beaches utilizing multiple sand sources(offshore borrow area, Doctors Pass and upland sand mines) as well maintenance dredging of Doctors Pass navigation inlet. Presented in pre- application meetings at FDEP and Corps offices to streamline the application process. STANDARD FORM 330(6/2004)PAGE E-41 01 C082014W City of Miami Beach,Florida • CB&I Environmental&Infrastructure,,Inc (51 Ti ttt at 1, v:72L:r q.C:ti �',%1 ;'Z car AZ==-LIZ Port of Miami Multibeam and Echoscope Survey 'PROFESSIONALS CONSTRUCTION( -•. • - Miami, Florida 2012 N/A '- BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm . Data Analyst—Utilized GIS to generate figures displaying multibeam and sidescan sonar survey data and (findings from the Port of Miami survey for use in reports, presentations and field work. I 1. 111 J (:Cfcs.fti_), 1 lL vf.�.C U.U.;Igt 5. Florida Elevation Change Analysis Project PROFESSIONAL CONSTRUCTION VEWEErlak Statewide, Florida 2011 N/A 1 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Scientist—Created a unique product using GIS, to display statewide volumetric changes based on LiDAR data. 1 Assisted in processing historical LIDAR data. Processing included datum conversions, data filtering, tiling, gridding, and mask generation. STANDARD FORM 330(6/2004)PAGE E-42 01C082014W City of Miami Beach,Florida CB&I Environmental 6r.Infrastructure,Inc. ' _ y' : E RESUMES,'OF•KEY;PERSONNEL PROPOSED FOR THIS CONTRACT : • - ,.. (Complete one;Section.E for each key person:) !12.NAME . • . 13.`ROLE IN THIS CONTRACT I 14.'YEARS O_F EXPERIENCE • Michelle Pfeiffer, P.E. Coastal Engineer a. Total 6 b.With Current Firm 6 15.FIRM NAME AND LOCATION(City and State) ,. CB&I Environmental&Infrastructure, Inc., Boca Raton, FL. -16..EDUCATION(DEGREE AND'SPECIALIZATION) ' 17.CURRENT PROFESSIONAL REGISTRATION(STATE•AND DISCIPLINE) MS/2009/Ocean Engineering, Florida Institute of Technology Professional Engineer, FL#76209 BA/2007/Ocean Engineering, Florida Institute of Technology 118.OTHER•PROFESSIONAL QUAL_IFIC■TIONS,(Publications,Organizations,Training,Awards,etc.) . .. _ Relevant Experience: Ms. Pfeiffer has worked as a coastal engineer at CB&I since 2008. She has provided Florida clients with project services . She has experience with beach nourishment and marine structure design, permitting, construction plans and specifications, construction observation and monitoring. Additionally, Ms. Pfeiffer assisted in the design, permitting and construction of an artificial reef in Manatee County and has performed cross-shore modeling in SBEACH for multiple sediment placement projects. T . 19.RELEVANT PROJECTS, •• Ti` �i11!:_ i� �:_::):?r.iic tt,a,t'€i.. _ '.='1 (n1[./:,[.Ll e'f'�L11�', --- Delray Beach Erosion Control Program L1ROFESSIONAL SERVICES]CONSTRUCTION Of applicable)f Delray Beach, Florida 2008 -present 1973, 1978, 1984, 1992, 2002, 2005, t a. 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm ' Coastal Engineer-Ms. Pfeiffer assisted with design, permitting, development of plans and specifications and pre i construction phase services associated with the Federal Fifth Periodic Renourishment Project. 1 -, 1(• I ,_. ._.i..r, , i�)41,i,p_-,i;-,,,,,1 4=ii-) iy) 1 t!'k. x16i“`--Twii II Manatee County Comprehensive Erosion Control Program [PROFESSIONAL SERVICES I[ONSTRUCTION(If applicable)! Manatee County, Florida 2011 -Ongoing • 2002, 2011 { BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Coastal Engineer—Ms. Pfeiffer assisted with the 2011 beach restoration effort that included identification, dredging and placement of sand along the northern end of the island in the City of Anna Maria and Coquina Beach on the southern end of the island. Ms. Pfeiffer assisted with the design and permitting, contractor coordination, construction oversight, calculations and drafting of permit required completion, post-construction engineering b. , monitoring reports, design, permitting, construction observations and post-construction monitoring for the - j mitigative reef associated with the 2011 Coquina Beach Nourishment Project. Ms. Pfeiffer also developed a storm damage report for the Coquina Beach project area following Tropical Storm Debby in support of acquisition of FEMA funding on behalf of Manatee County. Ms. Pfeiffer assisted with design, permitting, construction phase r ; services, and permit required completion and post-construction engineering monitoring reports for placement of a geotextile tube adjacent to the island's southern jetty. Ms. Pfeiffer has assisted with permitting for proposed pier located at Manatee Public Beach and assisted with design and permitting to utilize the approximately 500,000 cy of beach compatible sediment within the Port Dolphin pipeline corridor for placement along portions of the north I. , end of Anna Maria Island. Upham Beach Stabilization Project LPROFESSIO+NALSERVICES LCONSTRUCTION(If applicable)' .! Pinellas County, Florida 2008 -Ongoing 2005, 2011 'I BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C.' Coastal Engineer—Ms. Pfeiffer assisted in the development of plans and technical specifications, and construction administration activities for the repair of five geotextile tube T-head groins on Upham Beach. She additionally assisted in the design and permitting of four permanent rock structures to replace the temporary I • geotextile tubes. Lido Key Beach Nourishment Projects [PROFESSIONAL SERVICES ILcONSTRUCTION(If applicable), 1 ' City of Sarasota, Florida 2009 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm [d. Coastal Engineer—CB&I provided all design and permitting services for construction of the most recent 2009 FEMA funded hurricane repair project. The project was completed on time at a total construction cost of$5 million. • The project resulted in nourishment of Lido Key with high quality white sand and the clearing of a federal navigation channel, thus making best use of available funding from FEMA and the State of Florida. Ms. Pfeiffer ,• . assisted with daily dredge compliance and the post construction report for the 2009 project. Her work involved •erformin• shoreline and volume calculations and resort writin.. Additional) , Ms. Pfeiffer has worked on the one, STANDARD FORM 330(6/2004)PAGE E-43 01 C082014 W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc two and three-year monitoring reports for the Lido Key project and assessing volumetric changes from the effects of 2012 Tropical Storm Debby was provided in an engineering report presented to FEMA. 1711F'/,,r015{C) A aA, •r 'E:16- r \' f ° t ; Longboat Pass Sand Tightening Project PROFESSIONAL SERVICES CONSTRUCTION. ifa.•licable Manatee County, FL 2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Coastal Engineer-Assistance with design, permitting, construction phase services, and permit required completion and post-construction engineering monitoring reports for placement of a geotextile tube adjacent to the island's southern jetty. The geotextile tube was placed along the southern shoreline in order to minimize sediment transport into the inlet from the existing porous jetty. STANDARD FORM 330(6/2004)PAGE E-44 01C082014W City of Miami Beach,Florida•CB I.Environmental!Sr.Infrastructure,Inc ' • E..f RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete.one Section.E for each key erson. :" 12.NAME • .,, 13.ROLE IN THIS CONTRACT- _ . 14.YEAR S OF EXPERIENCE Michael Lowiec, PSM Lead Surve or a. Total 10 b.With Current Firm 8 „15.FIRM NAME AND LOCATION(City and State) CB&I Environmental &Infrastructure, Inc., Boca R aton, FL _169 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS candidate/present/Coastal Zone Management/Nova Florida Professional Surveyor and Mapper(LS6846) Southeastern University, FL BS/2002/Marine Science/Coastal Carolina Universit _ 18.OTHER PROFESSIONAL,QUALIFICATIONS(Publications,Organizations Training,Awards,etc) Certifications: Hypack Certified Relevant Experience: Mike Lowiec is Project Surveyor in technical charge of field and office operations for CB&I's Coastal Geomatics Department. He is responsible for the design of field phases of all surveys and reviewing all topographic and hydrographic survey data including: multibeam sonar surveys, beach profiles, inlet and shoal surveys, borrow area surveys, port and harbor surveys, and coastal structure surveys. He also prepares permit required physical monitoring survey reports, private and public sovereign submerged land leases and easements and q Y 9 mean high water surveys and erosion control lines. 19.R ELEVANT PROJECTS _ Louisiana Emergency Berm Monitoring Project I PROFESSIONAL SERVICESICONSTRUCTION(if applicable) ! Louisiana 2011 -2012 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Lead Surveyor—Mr. Lowiec lead the survey team in conducting monitoring and for pre and post construction a. conditions for the Deepwater Horizon Oil Spill. CB&I assisted the Louisiana Coastal Protection and Restoration Authority(formerly the Office of Coastal Protection and Restoration) in the construction of 6 berms totaling 16.2 miles along the coastline in Plaquemines and St. Bernard Parishes. CB&I's specific role included engineering, geological, and cultural resource tasks. Following construction, CB&I was contracted to conduct topographic and hydrographic monitoring surveys of the constructed portions of the berm. All data systems were testing and L ;verified against the control network established by CB&I ..- i 'rj= ( -0 igs! T.4 `l _1 52 I Atchafalaya River Multibeam Survey L PROFESSIONAL SERVIQESiLCONSTRUCTION(If applicable)' Louisiana 2011 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Lead Surveyor—Mr. Lowiec directed the survey team to perform a multibeam survey in four separate areas on b' the Atchafalaya River and Wax Lake Outlet. Over 750 line miles of multibeam data were collected. Data were collected to update bathymetry in support of sediment budget analyses in response to recent flooding events. The survey was completed within 30 field days on time and on budget. Deliverables included digital data presented in ASCII format as well as grid format. Plan view maps were also developed using a combination of Surfer and ESRI GIS Spatial and 3D Analyst. Port Miami Hydrographic Survey (PROFESSIONAL,SERVICES)[CONSTRIJCTION;(Wapplicable)J Miami, Florida 2012 2012 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C: Lead Surveyor—Mr. Lowiec has provided hydrographic survey services in support of current port expansion and improvement projects. Surveys included a detailed multibeam survey, a sidescan sonar survey, and a Coda Echoscope survey of several areas of the Port. In addition to multibeam surveys, CB&I performed sidescan sonar surveys along the southern wharfs to identify areas of rubble debris that may pose a hazard to navigation. Sidescan data were also used to identify possible bulkhead failures or large scale damage. !i) 0..ir_I=(RO.1 ?1 r1t '- C?+l3ATr7C-Z Broward County Nearshore Edge Multibeam LPROFESSIONAL SER,VICESJ[CONSTRUCTION(Ifapplicable Broward County, Florida 2011 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Lead Surveyor—Mr. Lowiec was responsible for services to Broward County Environmental Protection Department to conduct a Multibeam and Interferometric survey in Broward County, Florida. Approximately 15 miles of shore line, from water depths of approximately 5 feet to 30 feet, was surveyed. The survey targeted the nearshore hardbottom edge and was used for ground-truthing and relief measurements. Over 100 survey line miles were collected. '!e.... �r r.1.'t ,lf�'�tk�� 'i,C(j. cox'{i)� ( �-�� f�!a5fS: .-2-1,=) STANDARD FORM 330(6/2004)PAGE E-45 01C082014W City of Miami Beach,Florida CB&I Environmental&.Infrastructure,Inc - . Houma Navigation Canal and Bayou Grand Caillou Multibeam PROFESSIONAL SERVICES CONSTRUCTION Ifa••licable Survey 2011 2012 Louisiana BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Lead Surveyor CB&I conducted a multibeam hydrographic survey in support of flood control structure construction along the Houma Navigation Canal and Bayou Grand Caillou in southern Louisiana. Both survey areas were active construction zones with high amount of vessel and barge traffic. An Odom shallow water ES3PT was used to collect sounding data. Trimble RTK GPS receivers were used onboard the survey vessel for positioning and water level corrections. STANDARD FORM 330(6/2004)PAGE E-46 01C082014W City of Miami Beach,Florida CBbd Environmental do Infrastructure,Inc ' E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. L___ _Complete one Section E for each key person.) . ' . 12.NAME ! 13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE • Jeffrey L.Andrews, PSM, CH Vice President of Survey a. Total 34 b. With Current Firm 30 15.FIRM.NAME AND LOCATION(City and State) . CB&I Environmental &Infrastructure, Inc., Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/1995/Ocean Science, Nova Southeastern University, FL Florida Professional Surveyor and Mapper(LS5805) BS/1979/Marine Science, University of North Carolina ACSM Certified Inshore Hydrographer NATIONAL Wilmington, NC AS/1976/Marine Technology/CFTI - 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) . Associations:American Shore & Beach Association, Florida Shore& Beach Association, American Congress on Survey and Mapping, The Hydrographic Society of America, National Society of Professional Surveyors, & Florida Society of Professional Surveyors Relevant Experience: Jeffrey Andrews has been with CB&I since the early 1980s performing marine sand searches P Y and offshore geotechnical geophysical and hydrographic surveys. During his career Jeff has conducted more than 50 marine sand searches and mapped more than 100 million cy of beach compatible sand on the continental shelf. Mr. Andrews has unique experience and knowledge about existing sand resources and about techniques of sand resource prospecting and mapping. Jeff was also the project manager of a project with the FDEP (Florida Department of Environmental Protection) in which all existing information about sand resources along the Florida coast was compiled into a GIS database interfaced with an Internet Mapping System. 19.RELEVANT PROJECTS ( t t L�;VD.t_0�-�l�i LLt� rfC ia{:fif761 g2",- 1 t: )�I Isd'C ,ul C!tom' Port of Miami Hydrographic Survey [PROFESS'IONALSERVICES[CONSTRUCTION(lfapplicable)] Miami, Florida 2012 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Survey Director–CB&I was contracted by the Port of Miami to provide hydrographic survey services in support ' ; of current port expansion and improvement projects. Surveys included a detailed multibeam survey, a sidescan sonar survey, and a Coda Echoscope 3D sonar survey of several areas of the Port. In addition to multibeam j surveys, CB&I performed sidescan sonar surveys along the southern wharfs to identify areas of rubble debris that may pose a hazard to navigation. Broward County Nearshore Edge Multibeam Survey LPROFESSIONAL SERVICES;[CONSTRUCTION_(If applicable)_ Broward County, Florida 2011 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Survey Director–CB&I was contracted by Broward County Environmental Protection Department to conduct a b I Multibeam and Interferometric survey. Approximately 15 miles of shore line, from water depths of approximately 5 feet to 30 feet, was surveyed. The survey targeted the nearshore hardbottom edge and was used for ground- truthing and relief measurements. Over 100 survey line miles were collected. Mr. Andrews supervised operation, I collection, and processing of LiDAR data and the integration and analysis of collected data into a report for Broward County. Prepared sand search and geotechnical investigation reports. Incorporated findings from bathymetric, seismic, side scan sonar, Magnetometer surveys,jet probes and vibracores, sand grain compatibility analysis. — C)V1:�1� kkg[5,C�gCfCC(f4fi t.l; (��)?11 .':POI tom ' Broward County, FL Segments II and III Shore Protection [PROFESSIONAL SERVICS LCONSTRUCTION Of applicable) Projects 1993 -Ongoing 1996, 2005 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C. Survey Director–Directed all offshore sand search and geotechnical investigations; bathymetric, seismic, side scan sonar; magnetometer surveys;jet probes and vibracores; sand grain compatibility analysis for the Broward County 5-mile long section (segment II) of the shore protection project. Under the supervision of Mr. Andrews all the data was analyzed and incorporated into a sand search and geotechnical investigation report. F--,,01,mt4/3Lcw-tx( /' Ct o` r1 �?�tL 1'Ec' , 1',1 C k�L-a.. , Manatee County Compreh ensive Erosion Control Program [PROFESSIONAL SERVICES;[CONSTRUCTION(if applicable)' d. Manatee County, Florida 1989 -Ongoing 2002, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE .0 Check if project performed with current firm _ Lead surveyor for the 2011 Cit of Anna Maria and Coquina beach nourishment project surve s. Reviewed, STANDARD FORM 330(6/2004)PAGE E-47 01C082014W City of Miami Beach,Florida CB&1 Environmental&Infrastructure,Inc signed and sealed all permit required surveys (62B surveys, easements, MHW, etc.). Directed hydrographic surveys for 2011 project and upcoming Port Dolphin Pipeline project. Reviewed surveys for Longboat Pass geotextile tube project. (.Ifo I_4)c a17- lcf-y,3 c' ,(; )j r ,_, Collier County Beach Restoration Project, Florida PROFESSIONAL SERVICES CONSTRUCTION(Ifap•licable Collier County, Florida 2004, 2009, 2010 2012-2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm As Geotechnical and Survey Coordinator, Mr.Andrews coordinated and provided expert supervision to all the phases of a comprehensive marine geotechnical and geophysical investigation in support of the Collier County restoration project. Additionally, Mr. Andrews planned and supervised beach profile surveys to provide enough information for the engineering design of this restoration project. The marine investigation consisted of three distinct phases. Phase I included research and analysis and critical evaluation of historical information and data for the areas offshore Collier County. Phase II consisted of collecting offshore geotechnical data which included 50 sediment jet probes, 39 surface samples and hydrographic survey. Potential sediment deposits were identified during this phase. Phase Ill included more detailed geotechnical and geophysical investigations of the potential areas identified during Phase II investigations and a cultural resources investigation of the selected deposits using magnetometers and sidescan sonar.A total of 50 geotechnical vibracores, detailed seismic and sidescan data, were collected during the Phase Ill. All this multi-purpose investigations were planned and conducted under meticulous supervision of Mr. Jeff Andrews. Beach profile surveys were also conducted over about 6 miles of shoreline under the supervision of Mr. Andrews. These surveys were divided into two main components, a topographic survey of the subaerial beach and a hydrographic survey of the submerged beach. Surveys were conducted at monuments established by the State of Florida, surveys were conducted using the latest technology including Real Time Kinematics (RTK) GPS. STANDARD FORM 330(6/2004)PAGE E-48 01 C082014 W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. I E.:RESUMES OF:KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) '12 NAME '"-13 ROLE IN THIS CONTRACT i _ - 14.YEARS OF EXPERIENCE William "Quin" Robertson, PhD Project Geoscientist a. Total 17 b. With Current Firm 7 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental&Infrastructure, Inc., Boca Raton, FL 116 EDUCATION(DEGREE AND SPECIALIZATION.: 17.CURRENT PROFESSIONAL REGISTRATION(STATE•AND DISCIPLINE), PhD/2007/Geosciences/Florida International University, Certified Geographic Information Systems Professional Miami, FL (GISP). MS/2002/Geology/Florida International University, Miami, FL BA/1997/Geology/Skidmore College, Saratoga Springs, NY rr 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Associations:American Geophysical Union, American Shore& Beach Preservation Association,American Society for Photogrammetry and Remote Sensing, Coastal Education and Research Foundation, The Jersey Shore Partnership, The Sandy Hook Foundation, Surfrider Foundation, Reviewer-Journal of Coastal Research, Member, Interagency Working Group on Ocean and Coastal Mapping, Joint Subcommittee on Ocean and Science Technology for the National Science and Technology Council Relevant Experience: Dr. Robertson has more than 16 years of broad experience conducting scientific research and managing coastal projects. Since joining CB&I in 2007, Dr. Robertson has participated and managed several engineering, geologic, biologic, and geodetic projects in the Gulf of Mexico and US East Coast Dr. Robertson's research focuses on using land based and remote sensing data to quantify change in coastal morphology and develop models from these results using geographic information systems(GIS)to aid in coastal mitigation. Dr. Roberson specializes in working with multiple topographic and bathymetric data sets to create seamless digital elevation models (DEMs)that are often critical for accurate geomorphic change analysis and often serve as the basis for scientific conclusions. He coordinated the airborne laser(LIDAR) program at the International Hurricane Research Center from the ground up starting in 1999. He has worked with Optech to improve airborne laser collection techniques to ensure data quality. His masters work involved extracting shorelines from LIDAR with a local tide gauge-derived contour that closely matched shorelines digitized from aerial photographs. His dissertation work investigated the relationships between shoreline migration and volume change and using airborne laser bathymetry to locate the depth of closure. Dr. Robertson uses the skills that he developed during his studies to develop high resolution DEMs utilizing voluminous data sets, quantify and predict morphologic change, and identify sediment sources and benthic habitats for CB&I. Publications: Robertson, W, K. Zhang, C. Finkl, D. Whitman, 2008. Hydrodynamic and geologic influence of event- dependent depth of closure along the south Florida Atlantic coast. Marine Geology, 252(3-4), 156-165. Robertson, W., K. Zhang, D. Whitman, 2007. Hurricane-induced shoreline and beach volume change near Panama City, Florida. Marine Geology, 237(3-4), 191 -205. Robertson, W., D. Whitman, K. Zhang, S. Leatherman, 2004. Shoreline position measurement by airborne laser altimetry in North and South Carolina. Journal of Coastal Research, 20(3), 884-892. 19.RELEVANT PROJECTS ,`51:7-A,11_51k= 11 fry i;- LiDAR Bathymetric Data Collection Offshore [PROFESSIONAL SERVICES INSTRUCTION(lf applicable)! Broward County, Florida 2009 -2011 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Project Manager for LIDAR bathymetric data collection offshore of Broward County. More than 13 million points • were used to generate a DEM illustrating the offshore geomorphic and benthic features. Bottom reflectance aided benthic habitat classification. Multibeam data were combined with LiDAR DEMs for qualitative and quantitative hydrographic model analysis. ri.)' (CAI'w L i r)1/i-s,.i C I1 Gulf of Mexico and Florida LiDAR Elevation Change Analysis, PROFESSIONAL SERVICES;CONSTRUCTION(lfapplicable)' U.S. Army Corps of Engineers,Joint Airborne LIDAR 2009-2011 N/A Bathymetry Technical Center of Expertise(JALBTCX) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm b. Project Manager of a volume change quantification project using LIDAR data. Quantified volume change from multiple LIDAR data sets on the Gulf of Mexico and east Florida coastline. Utilized a grid-based approach to measure volume differences within GIS using a custom processing system. Volume change was quantified by bins • along the coastline and summarized in terms of the total positive, negative, net and normalized volume change. 6 Final •roducts included all .uantified chan•es alone with !arse format slots dis•la in• the chan•e for the multi•le STANDARD FORM 330(6/2004)PAGE E-49 01 C082014W --.. City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc' ; time periods. Marquesas, Florida Habitat Mapping PROFESSIONAL) C•ONSTRUCTIONwe: • - Marquesas, Florida Keys, Florida 2009-2012 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager of a benthic habitat mapping project interpreted from satellite imagery in the Marquesas and Quicksands area offshore of the Florida Keys. CB&I mapped more than 1,300 km2 of benthic habitats that are essential for developing management strategies that balance the protection of these habitats with their use. Image enhancement techniques like color band subtraction and application of various filters were applied to the images significantly increased areas that could be mapped, especially in deeper environments. Habitats were mapped using "heads-up"digitizing on a large format Smart Board displaying pan-sharpened color IKONOS satellite imagery by identifying color and texture patterns that were confirmed in the field using GPS-linked drop and dive supported cameras. Map interpretations were based on NOAA's classification scheme for mapping shallow-water coral ecosystems of southern Florida. Deliverables included digital benthic habitat maps, metadata, and ground validation imagery. i T t �� L'i< �L-_C (aL� (C"R2i�; (2a 1 d",< Panama City Beach Shoreline Protection Program PROFESSIONAL CONSTRUCTION(gyp.. Panama City Beach, Florida 2011 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Geoscientist—Participated in multiple projects for Panama City beaches. The most recent project cl involved utilizing existing LiDAR data to generate DEMs and contours of the beach and surrounding dunes. This required application of various types of custom filters to ensure that the beach morphology was preserved while non-ground objects were removed. The bare earth contours were used to help design locations for dune planting and fence installation. Other projects include geophysical and geotechnical data collection, analysis, and reporting. (f x,, (s)‘ i,�.CC Broward County Nearshore Edge Multibeam Survey, Florida PRO"F.ESS:LONALSERUI,C*E,S CONSITiR.UCal°N(ifappiicable) 2011 2013 BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm 0 Project Geoscientist—CB&I was tasked to collect multibeam data along the nearshore edge of the offshore hardbottom to get a better idea on how where sand would migrate following a beach nourishment project. After data were processed, Dr. Robertson generated DEMs and performed QA/QC by comparing surfaces to previous LiDAR data, beach profiles, and three-dimensional visualization. The multibeam data were then combined with the LiDAR data to provide a more complete surface for coastal models. STANDARD FORM 330(6/2004)PAGE E-50 01C082014W t._• .:',. � '� ? , , ;•. "'' City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. f •E.,RESUMES•OFKEY PERSONNEL PROPOSED FOR THIS CONTRACT • - (Complete_one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE Christopher"Jason" Walker Surveyor a. Total 3 b.With Current Firm 1.5 :15.FIRM NAME AND LOCATION(City and State) CB&I Environmental & Infrastructure , Boca Raton, FL L 16.EDUCATION(DEGREE AND SPECIALIZATION) _ 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.Sc./2011/Geology/University of South Carolina B.S./2007/Geology/University of South Carolina 18:OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)_ Class A Driver's License PADI Nitrox/Advanced SCUBA diver L19.•RELEVANT PROJECTS _ • NE 16th Avenue Corridor Right of Way Verification and I PROFESSIONAL SERVICESLCONSTRUCTION(If applicable)] Topographic Survey; Miami-Dade, FL 2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Surveyor—CB&I was contracted by Miami-Dade County Public Works and Waste Management Department to a' provide survey services for the NE 16th Avenue Corridor Right of Way Verification and Topographic Survey. The : work included verification of the NE 16th Avenue Right of Way as well as location of all improvements, overhead . utilities, and location, inverts, and material for storm and sanitary sewers. All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Walker was responsible for survey data acquisition using RTK and Total Station system. He also assisted with data reduction and map preparation. I I(: :=L74 f� Miami-Dade Annual Beach Profile Survey; Miami-Dade, FL [-PROFESSIONAL SERVICES ONSTRUCTION(Ifapplicable), 2012-2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Hydrographic&Topographic Surveyor—CB&I, is a pre-qualified survey and engineering firm with Miami-Dade County, has performed Beach Profile surveys on all of the County Beaches since 2004. CB&I has performed the permit required survey several times during our time under contract with the County. CB&I utilizes state of the art survey technology to perform all tasks including Real Time Kinematic Global Positioning Systems, dynamic motion b.• compensators, and highly accurate digital sounders to ensure a top quality product for the County. CB&I has I always performed the tasks within the allotted schedule and within budget. CB&I recently completed this survey again in April of 2014. Surveys were conducted at each Florida Department of Environmental Protection (FDEP) R-monument(R-1 to R-113) located at approximately 1000 foot intervals throughout the project area. Additional intermediate profiles were surveyed from theoretical control points at the halfway point(straight line distance) . • between major monuments. A total of 154 profiles stations were surveyed. All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Walker was responsible for hydrographic survey data acquisition using RTK, Motion Compensator, and Digital Echo Sounder as well as topographic data collections using RTK GPS. He also assisted with data reduction and report preparation. (`43 :27,1 zs',,4,7g Miami-Dade Public Works Julia Tuttle Survey; Miami-Dade, FL PROFESSIONAL SERVICES ILCONSTRUCTION(lfapplicable), 2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Surveyor-CB&I was contracted by Miami-Dade Public Works to provide a hydrographic survey of the navigation �. I channel along the Julia Tuttle Causeway. RTK GPS was utilized to conduct survey control reconnaissance before field activities began. Single-beam sonar data was combined with RTK GPS and heave, pitch and roll data to produce high accuracy soundings of the navigation channel.All data was reduced and presented on a final survey map. All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Walker was responsible for taking tide measurements using RTK GPS system as well as hydrographic survey data acquisition using RTK, Motion Compensator, and Digital Echo Sounder. (017[1-0.--;/41{,5-Ira :TICS t -C U� C;'C' _i (2_;) s afv a Broward County Mean High Water and Erosion Control Line; PROFESSIONAL SE RVICES1LCONSTRUCTION(Ifapplicable)i Broward County, FL 2014 N/A d. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Surveyor-CB&I was contracted with Olsen and Associates(JN)to provide, in part, survey services for the 2014 Mean High Water survey and Preparation of an Erosion Control Line. Surveyors from CB&I performed the survey and •re eared all resuired drawin•s, •ublic notices, and other •lattin• items as resuired b Chaster 161.141 of the STANDARD FORM 330(6/2004)PAGE E-51 01C082014W • City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc. Florida Statutes. All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Walker was responsible for collection of survey data using the RTK GPS system. He also assisted with data reduction and map preparation. Broward County S.R. MA Emergency Repair; Broward County, PROFESSIONAL SERVICES CONSTRUCTION If a.ilicable FL 2013-2014 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Surveyor-CB&I was contracted to provide a topographic and hydrographic surveys of Broward County. The survey area was located along A1A from FDEP monuments R-63 to R-71. Profiles were collected at 200 foot spacing and at each FDEP monument. CB&I utilizes state of the art survey technology to perform all tasks including Real Time Kinematic Global Positioning Systems, dynamic motion compensators, and highly accurate digital sounders to ensure a top quality product for the County. The survey was conducted as an emergency 9 Pq Yp Y Y 9 Y response to the damages caused by Hurricane Sandy. CB&I conducted pre and post construction surveys as well as additional monitoring surveys of the affected area. All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Walker was responsible for hydrographic survey data acquisition using RTK, Motion Compensator, and Digital Echo Sounder as well as topographic data collections using RTK GPS. He also assisted with data reduction and report preparation. STANDARD FORM 330(6/2004)PAGE E-52 01C082014W City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc. - • • E. RESUMES OF.KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME _ 13.ROLE IN_TH IS CONTRACT 14.YEARS OF EXPERIENCE Matthew Andrews Project Surveyor a. Total 20 b. With Current Firm 15 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental &Infrastructure, Inc., Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/1992/Geology/University of North Carolina Wilmington, NITROX Certification, 1993 NC PADI Advanced Open Water SCUBA Diver, 1996 AAS/1981/Marine Technology/Cape Fear Technical College, Wilmington, NC 118.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) . Associations: Society for Sedimentary Geology, Hydrographic Society of America, Geological Society of America Relevant Experience: Matthew Andrews has been working in the area of coastal and oceanographic geophysical survey since 1982. Mr. Andrews has been the field supervisor for more than forty(40) marine sand searches for beach restoration projects throughout the Gulf coast and eastern United States including Alabama, Texas, Louisiana, Florida, New York, New Jersey, Delaware, Massachusetts and North Carolina. He is responsible for supervising the field operations and reviewing the process and interpretation of geophysical and geotechnical data 19.RELEVANT PROJECTS ('i)°1- 1 r Ll?CA-fla Z) Miami-Dade Annual Beach Profile Surveys I PROFESSIONAL SERVICES]]CONSTRUCTION Of_applicable)1 Miami-Dade County, Florida 2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm I a. Field Operation Manager—CB&I was contracted by Miami-Dade County Public Works and Waste Management Department to provide survey services for the NE 16th Avenue Corridor Right of Way Verification and Topographic Survey. The work included verification of the NE 16th Avenue Right of Way as well as location of all improvements, overhead utilities, and location, inverts, and material for storm and sanitary sewers. All work was [_ conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. :) !tif Lr?,ATIOT. (ea C:316141-g1147, Port Miami Hydrographic Survey LPROFESSIONAL SERVICES[CONSTRUCTION(If applicable)) Miami, Florida 2012 N/A b. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Field Operation Manager—CB&I contracted by the Port of Miami to provide hydrographic survey services in support of current port expansion and improvement projects. Surveys included a detailed multibeam survey, a sidescan sonar survey, and a Coda Echoscope survey of several areas of the Port. Broward County Nearshore Edge Multibeam Survey (PROFESSIONAL SERVICES LCONSTRUCTION(If applicable)i Broward County, Florida 2011 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c. Field Operation Manager -CB&I was contracted by Broward County Environmental Protection Department to conduct a Multibeam and Interferometric survey. Approximately 15 miles of shore line, from water depths of approximately 5 feet to 30 feet, was surveyed. The survey targeted the nearshore hardbottom edge and was used for ground-truthing and relief measurements. Over 100 survey line miles were collected. Incorporated findings from bathymetric, seismic, side scan sonar, magnetometer surveys,jet probes and vibracores. (1);--m--C.�y t?i �f L��Cnf( f;>; gt4a (.zz 1'if C� Broward County, FL Segments II and III Shore Protection I PROFESSIONAL SERVICES"CONSTRUCTION(Ifapplicable)_ Projects 1993-Ongoing 1996, 2005 Broward County, Florida d. +I BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Field Operation Manager for the offshore sand search and geotechnical investigations; bathymetric, seismic, side scan sonar; magnetometer surveys;jet probes and vibracores for the Broward County 5-mile long section (Segment II) of the shore protection project. STANDARD FORM 330(6/2004)PAGE E-53 01C082014W L' City of Miami Beach,.Florida CB&l Environmental&Infrastructure,Inc. ' l'i 1 l 11E PPP,'(_(:,-A I,5�L(a ii: t,if'Slf=. yi; ( ‘VC4:_ ;jY J71=1L i Collier County Beach Restoration Project, Florida PROFESSIONAL SERVICES CONSTRUCTION If a•.licable Collier County, Florida 1993 -Ongoing 1996 , 2005 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Field Operation Manager— Mr. Andrews coordinated and provided field operation supervision for the phases of a comprehensive marine geotechnical and geophysical investigation in support of the Collier County restoration project. The marine investigation consisted of three distinct phases. Phase I included research and analysis and critical evaluation of historical information and data for the areas offshore Collier County. Phase II consisted of collecting offshore geotechnical data which included 50 sediment jet probes, 39 surface samples and hydrographic survey. Potential sediment deposits were identified during this phase. Phase Ill included more detailed geotechnical and geophysical investigations of the potential areas identified during Phase II investigations and a cultural resources investigation of the selected deposits using magnetometers and sidescan sonar. A total of 50 geotechnical vibracores, detailed seismic and sidescan data, were collected during the Phase III. STANDARD FORM 330(6/2004)PAGE E-54 01 C082014W - - City of Miami Beach,Florida CBbd Environmental&Infrastructure,Inc :E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete,one Section E for each key person.) . 121 NAME_ 1 13.ROLE IN THIS CONTRACT II 14.YEARS OF EXPERIENCE Benjamin C. Alcocer Survey Technician a. Total 3 b.With Current Firm 2 I-15.FIRM NAME AND LOCATION(City and State) • CB&I Environmental& Infrastructure , Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) • 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA, Environmental Science, Florida State University, Tallahassee FL, 2012 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,.Awards,etc.) Certifications/Training: United States Coast Guard OUPV Captain's License, Class A Driver's License,American Academy of Underwater Science Dive Control Board Member,American Academy of Underwater Science Scientific Diver Certification, Bureau of Ocean Energy Management Protected Species Observer Relevant Experience: Mr. Alcocer is a Marine Technician for CB&I Environmental& Infrastructure who specializes in hydrographic and topographic surveys as well as scientific dive operations. He is responsible for acquiring a variety of survey data, data reduction and processing, and report preparation. Duties include survey data collection using real time kinematic global positioning systems, dynamic motion compensators, and survey grade digital echo sounders. 19.RELEVANT PROJECTS � i O i1'- I�•� r = if,, ft `) G„�. i�i�(�-L iii ��7`�Ts-, (-)1__-h C°C��)�, � . NE 16th Avenue Corridor Right of Way Verification and LPROFESSIONALSERVICE�LCONSTRUCTION(lfapplicable)J Topographic Survey; Miami-Dade, FL 2014 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Surveyor—CB&I was contracted by Miami-Dade County Public Works and Waste Management Department to a j provide survey services for the NE 16 Avenue Corridor Right of Way Verification and Topographic Survey. The work included verification of the NE 16th Avenue Right of Way as well as location of all improvements, overhead utilities, and location, inverts, and material for storm and sanitary sewers.All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper Mr.Alcocer was responsible for survey data acquisition using RTK and Total Station system. t tI=/=f L'�;�r;�1:::?i<(of°�bF,C�,csf.ii.j, fP-p Miami-Dade Annual Beach Profile Survey; Miami-Dade, FL LPROFESSIONAL SERVICES II CONSTRUCTION(If applicable) 2012 -2014 N/A BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Boat Captain & Hydrographic Surveyor—CB&I is a pre-qualified survey and engineering firm with Miami-Dade County has performed Beach Profile surveys on all of the County Beaches since 2004. CB&I has performed the permit required survey several times during our time under contract with the County. CB&I utilizes state of the art survey technology to perform all tasks including Real Time Kinematic Global Positioning Systems, dynamic motion b. ' compensators, and highly accurate digital sounders to ensure a top quality product for the County. CB&I has always performed the tasks within the allotted schedule and within budget. CBI recently completed this survey ' I again in April of 2014. Surveys were conducted at each Florida Department of Environmental Protection (FDEP) R-monument(R-1 to R-113) located at approximately 1000 foot intervals throughout the project area. Additional intermediate profiles were surveyed from theoretical control points at the halfway point(straight line distance) between major monuments. A total of 154 profiles stations were surveyed. All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Alcocer was responsible for survey vessel i operation as well hydrographic survey data acquisition using RTK, Motion Compensator, and Digital Echo Sounder. He also assisted with data reduction and report preparation. (Ri L?g,ilt?n &fie),(7.(4=J (T,)'Y-m\r «:14=f- 1M Miami-Dade Public Works Julia Tuttle Survey; Miami-Dade, FL LPROFESSIONAL SERVICES ILCONSTRUCTION(If applicable)] 2014 N/A ' BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Surveyor-CB&I was contracted by Miami-Dade Public Works to provide a hydrographic survey of the navigation c. channel along the Julia Tuttle Causeway. RTK GPS was utilized to conduct survey control reconnaissance before • field activities began. Single-beam sonar data was combined with RTK GPS and heave pitch and roll data to produce high accuracy soundings of the navigation channel.All data was reduced and presented on a final survey map.All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Alcocer was responsible for taking tide measurements using RTK GPS system as well as operation of the survey vessel. (!'1J ft E��`'�t-Ct/Z;KW(CSI;;@fiq RAsi; L'�t%t;u t`( 2�t 7 ( }`i 7,=!;;t':aWil ,La a. Broward County Mean High Water and Erosion Control Line; LPROFESSIONAL SERVICE_ilCONSTRUCTION(lfapplicab! Broward County, FL 2014 N/A STANDARD FORM 330(6/2004)PAGE E-55 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE CO Check if project performed with current firm Surveyor-CB&I was contracted with Olsen and Associates(JN)to provide, in part, survey services for the 2014 Mean High Water survey and Preparation of an Erosion Control Line. Surveyors from CB&I performed the survey and prepared all required drawings, public notices, and other platting items as required by Chapter 161.141 of the Florida Statutes. All work was conducted underneath the direct supervision of a Florida Registered Surveyor and Mapper. Mr. Alcocer was responsible for collection of survey data using the RTK GPS system. Curtis Park Boat Ramp Topographical Survey; Miami-Dade, FL PROFESSIONAL SERVICES CONSTRUCTION If a.•licable 2012 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Surveyor-CB&I was contracted to provide a topographic and boundary survey of The Curtis Park Boat Ramp in Miami-Dade County. Surveyors from CB&I located all improvements and ground elevation for the park. CB&I also located all storm drains and adjacent open areas to support storm drain designs. All work was conducted under the direct supervision of a Florida registered surveyor and mapper. The cost of these services and associated engineering work was$55,000. Mr.Alcocer assisted in survey data collection using the RTK GPS system. STANDARD FORM 330(6/2004)PAGE E-56 01 C082014 W as f +i r i City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. • E..RESUMES OF KEY PERSONNEL PROPOSED•FOR THISCONTRACT (Complete`one Section E for each key person.) '12.NAME ' 13.ROLE IN THIS CONTRACT :14.YEA RS OF EXPERIENCE Angela M. Belden Director of GIS/CAD a. Total 26 b.With Current Firm 21 Operations I is FIRM-NAME AND LOCATION(City and State) CB&I Environmental &Infrastructure; Inc.,Boca Raton, FL -- - -- - - 116.'EDUCATION(DEGREE AND SPECIALIZATION) r 17.CURRENT PROFESSIONAL REGISTRATION'(STATE AND DISCIPLINE) AS/1985/Business Mana•ement/NH Tech. Institute 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certifications/Training:Autodesk Certified Professional; Certification in Metadata for Geospatial and Biological Metadata-USGS; ESRI GIS Training -University of Florida; Certified Eaglepoint Survey Software Training; Certified Autodesk Training; Certified Microstation Training; Relevant Experience: Ms. Belden has over 21 years of experience working with various GIS, CAD and engineering programs. She directs all GIS operations for CB&I's coastal restoration offices, and is responsible for the management of personnel, software, and resources that provide GIS and Computer Aided Engineering/Drafting (CAE/CAD)service and product support to all of our regional offices and clients. She advises the groups Remote Sensing and Spectral Analysis Applications, including geoprocessing, archival in spatial databases and the creation of maps and visualizations. Ms. Belden possesses a broad range of experience with geospatial technologies ranging from database design, integration, data validation and integrity, specializing in complex GIS file translations between widespread digital formats. She also directs all CAD documentation development and software applications. She has successful project and resource management experience and has provided both geospatial and information management technical support on numerous projects. Ms. Belden has served as a Project Manager for GIS-oriented projects where responsibilities included proposal preparation, scope of work development, level-of-effort and pricing determination, and scheduling and budget oversight. She has authored and presented papers at multiple GIS conferences. Ms. Belden is experienced in a variety of information technologies,from ESRI's suite of GIS products to graphic design packages such as Adobe Illustrator and Photoshop. Her project management experience began in 2000 with environmental resource mapping in Broward County, and has extended to more than 17 GIS benthic habitat mapping projects from Texas to North Carolina. Ms. Belden specializes in customized GIS products that clients require for public distribution. 19.RELEVANT PROJECTS (i)'1l ll /1+i<?:L-oc '11.oid (l_), Town of Palm Beach, FL, Interactive GIS Database I PROFESSIONAL SERVICESJLCONSTRIJCTION(Ifapplicablej ' Town of Palm Beach, Florida 2008 -2010 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. j GIS/Information Manager, Town of Palm Beach, FL. Ms. Belden directed creation and implementation of an Interactive GIS database as a functional tool to explore the data pertaining to renourishment projects. Ms. Belden served as the data and information manager on this project. She directed the creation of an interactive interface, performed quality assurance and control on the data, and reviewed all FDGC compliant metadata created by her GIS staff. i tl 1 t ti f_/)A, Q,+ C-K2f6fi -I Broward County Shore Protection Project: Broward County L?RoFES$IONAL SERVICES�LCONSTRl1CTION(Jfapplica6le/I Environmental Resource Mapping a_nd GIS Product 2003 -2011 2003, 2005-2006 Development Broward County, Florida BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. GIS Project Coordinator, Ms. Belden serves as GIS Project Lead. CB&I mapping personnel and GIS Analysts developed a GIS database utilizing legacy data, nearshore characterization from a 2001 baseline survey, and - monitoring event data collected on multiple spatial and temporal scales from 2004 to present. A combination of hot-linked cross shore digital video transects and an offshore gradient of biological monitoring stations are being used within the GIS to assess potential changes in epibenthic community composition and biodiversity. The cumulative effects assessment is being prepared using ESRI ArcGIS 10.1 database structure. This database includes raw bathymetric and biological survey data, graphic representations of data and still/video hotlinks. STANDARD FORM 330(6/2004)PAGE E-57 01C082014W City:of'Miami Beach,Florida CB&I Environmental Sr.Infrastructure,Inc., 111 i-i=/1 A L rc1,3„IIA(:4n ' (2,1)! 4'<!1 cNW-{,mil�`-7� Benthic Habitat Mapping of the Marquesas/Quicksands Area of PROFESSIONAL gigm@&3 CONSTRUCTION(�.•. i the Florida Keys 2008 -2011 N/A Monroe County, Florida BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm GIS Project Coordinator, Ms. Belden oversaw the creation of the mapping units and digitization efforts for this a project. CB&I conducted GIS-based image analysis and visual interpretation of the color and texture pattern signatures using"heads-up”digitizing of orthorectified, high resolution, pan-sharpened color IKONOS satellite imagery. Shallow-water benthic habitats were delineated on the basis of these attributes: large biogeographic zones that are comprised of smaller geomorphological structure, and biological cover. Image enhancement techniques like color band subtraction and application of various filters were applied to the images with positive results especially in deeper environments. The mapping process was conducted using heads-up digitizing on a large screen LCD display equipped with a SmartBoard. �1_i (-+_±2 L�i'-f�j Y)�•'(7� 'r i.C?'c t- i'��- -j.{� T ti` (7.A���J',�I��E1 wg CB&I Enterprise Database, Data Structure and Management PROFESSIONAL SER,V,I_C-ES 0ONSAFIVATiION(if applicable)' - Boca Raton, Florida Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Database Architect/Custodian. Ms. Belden directs GIS and Data Management staff supporting GIS and data management needs of five regional offices. She has designed and developed workflows for editing and data processing in SDE for concurrent editing, multiple projects, and phased versioning schemes. She has been responsible for advancing and implementing technical solutions to the challenge of managing large datasets. These innovations are designed to improve efficiency, reduce costs, and improve the quality of the data. She researches new technology and suggests future database management direction. She directs in-house training and assists with the development of user documentation. (i' ii .4`-/, �f' o Lido Key Beach Renourishment Program, City of Sarasota, PROFESSIONAL.gliCaffi @zwygmagfflywizem Florida 1989 -Ongoing 2009 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm GIS/CAD Director—CB&I has performed engineering, environmental and survey services to the City of Sarasota since 1988 resulting in the construction of four beach renourishment projects. CB&I provided all design and permitting services for construction of the most recent 2009 FEMA funded hurricane repair project. Ms. Belden's role in all of these projects includes assisting in the development of design options, preparing permit sketches and directing the development of the construction plans. She also performs all QA/QC review of GIS and CAD documents produced by CB&I required for the projects. STANDARD FORM 330(6/2004)PAGE E-58 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc E. RESUMES,OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT.' (Complete one Section E for each key person.) - 12.NAME r 13.ROLE IN THIS CONTRACT i 14.YEARS OF EXPERIENCE Heather Vollmer, GISP GIS Analyst a. Total 15 b.With Current Firm 8 15. FIRM NAME AND LOCATION (City and State) _ CB&I Environmental&Infrastructure, Inc., Boca Raton, FL 16:EDUCATION(DEGREE AND SPECIALIZATION) _ 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2010/Environmental Studies/Florida International Geographic Information System Professional (GISP), University, Miami, FL #67043 BS/2003/Environmental Studies/Richard Stockton College, Certificate of Geographic Information Galloway, NJ Systems/2003/Richard Stockton College 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Relevant Experience: Heather Vollmer is a GIS Analyst with CB&I. She has a BS in environmental science and a MS from Florida International University in Environmental Science with an emphasis in GIS. She is also a Florida Master Naturalist graduate from the University of Florida. She has over 12 years of GIS data creation, maintenance, remote sensing analysis, ground truthing and GPS field experience. She designed, implemented and performed habitat delineations for various projects within Florida, North Carolina and New Jersey both within the field and using remote sensing. 19.RELEVANT PROJECTS._ I Central Palm Beach Comprehensive Erosion Control Project PROFESSIONAL SERVICES LCONSTRUCTION(Ifapplicable)] Palm Beach County, Florida 2007 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm a. GIS Analyst Her work included converting biological data to GIS format and metadata creation, analysis of potential impacts on hard bottom resources and hard bottom persistence, creating supporting report documentation and maps. She also assisted in the development of the engineering construction and permit plans C in AutoCAD. (i.i,1iE�J=G1yi,sl ,i1 f tLA� c,b(-N-r-, '1�"T^g111 Delray Beach Erosion Control Program I PROFESSIONAL SERVICESICONSTRUCTION Of applicable) Delray Beach, Florida 2006-Ongoing 1973, 1978, 1984, 1992, 2002, 2005, 2013 b. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm GIS Analyst—Her work included converting biological data&permit data to GIS format and metadata creation, creating supporting report documentation and maps. She also assisted in the development of the engineering , construction and permit plans in AutoCAD rcSar c=C L'tei;cFJ Manatee County Comprehensive Erosion Control Program I PROFESSIONAL SERVICES II CONSTRUCTION_(If applicable)] Manatee County, Florida 2006 -Ongoing 2002, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c. Senior GIS Analyst for the 2011 Manatee County beach fill placement projects. Her work included hardbottom delineation and determination of ephemeral hardbottom acreages, and assessment of anticipated project impacts. Additionally, Ms. Vollmer assisted with the permitting and design of the nourishment projects and the required mitigative artificial reef. Ms.Vollmer was instrumental in the development of the projects web-based GIS database and is responsible for uploading and publishing web service updates. Dinner Key Vessel Exclusion Zone LPROFESSIONAL SERVICES LCONSTRUCTION_(If applicable)I Miami, FL 2013 2014 d. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm GIS Analyst for the Dinner Key Swim Zone. Her work included creating permit sketches of the proposed swim zone and field work support in the form of datasets and coordinates for the environmental investigation. Curtis Park Boat Ramps [PROFESSIONAL SERVICES ILCONSTRUCTION(If applicable)__ e. Miami, Florida 2012 -Ongoing N/A f BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ms. Vollmer was the GIS Analyst on this project. Her work included the creation of supporting map documents. STANDARD FORM 330(6/2004)PAGE E-59 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. I.i} I171-!=1.4110I_-?,.,:1c 2 1�:(•t Fr%o Si_f) (?)'1t=r; t."(5.0.--t-fUll� Echoscope Survey of Port Authority Seawall PROFESSIONAL SERVICES CONSTRUCTION If a..licable Miami Dade, Florida 2012 -Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Ms. Vollmer was the GIS Analyst on this project. Her work included creating supporting report documentation and maps as well as a GIS interactive deliverable of all_survey_data information.__ STANDARD FORM 330(6/2004)PAGE E-60 01C082014W p ' ' `r r�.' z ,i;: t `r 1r 6 r•F. • City of Miami Beach,Florida a. CB&I:Environmental(Sr.Infrastructure,Inc. ; E. RESUMES,, OF:KEY PERSONNEL PROPOSED FOR THIS CONTRACT • • (Complete one Section.E for each key person.). erson.). 12.NAME • h3.ROLE IN THIS CONTRACT • 14.YEARS OF EXPERIENCE _ • ' Andrew L. Smith GIS Analyst a. Total 9 b. With Current Firm 1 15..FIRM•NAME AND LOCATION(City,and`State) CB&I Environmental &Infrastructure, Inc., Boca Raton, FL 16 EDUCATION(DEGREE,AND SPECIALIZATION)• 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA/2006/Geography/Florida Atlantic University, Boca N/A Raton, FL 18.OTHER PR OFESSIONAL QUALIFICATIONS,(Publications,Organizations,Training,:Awards,etc.) Training: Certificate in GIS, Florida Atlantic University Relevant Experience: Andrew Smith is a GIS Analyst with CB&I. He has a BA in geography from Florida Atlantic University. Mr. Smith joined CB&I in 2013. For 8 years, he has worked in CAD and GIS for various architect/engineering projects including technical support for the Deepwater Horizon Oil Spill, property asset mapping, and utility mapping. He brings this experience to CB&I's Florida 2014 coastal projects and assists in the creation of map documents. • 19.RELEVANT PROJECTS 'i X11 ': UDrA (2}YI- 1 71 Anna Maria Island Beach Nourishment .PROFESSIONAL SERVICES iLCONSTRUCTION(If applicable)! a. Anna Maria, Florida 2014 N/A , BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm GIS Analyst—Mr. Smith created supporting map documents as a resource for the beach protection program. Coquina Beach Renourishment LPROFESSIONAL SERVICES ILCONSTRUCTION-(If applicable): b 'I Collier County, Florida 2014 N/A BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm GIS Analyst—Mr. Smith was responsible for creating supporting map documents as a component of the FDEP JCP permitting process. r „j:i=ce;TTO (C'i €^e 6 ? Longboat Pass Renourishment I PROFESSIONAL SERVICES-]�ONSTRUCTION f_!f applicable)' Longboat Key, Florida 2014 N/A c' BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm GIS Analyst—Mr. Smith was responsible for creating supporting map documents as a component of the FDEP JCP permitting process.. 1.�r°?l_UC/ l? (Till �r < 1 �� 1 rAn r r;L?� !'f�✓� 17 .UTI cOf -1 Pompano Pier Repair [PROFESSIONAL SERVICES]LCONSTRUCTION(If applicable)i Pompano Beach, Florida 2014 N/A d• BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm .• As a GIS Analyst on this project, Mr. Smith was responsible the delineation of potential hardbottom resources L I from aerial photography in support of the environmental assessment. 1,ii i i 1¢,4''13 r 3 U -7@i Y Ef- •` GIS Technical Support Deep Water Horizon Oil Spill, IMSG(On- CROFESSIONAL SERVICES II CONSTRUCTION at:applicable) site NOAA) 2010 N/A e, ! Rockville, Maryland BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm • ! GIS Analyst—Created daily status maps of Deep Water Horizon oil spill extent, flight paths and • environmental impact for daily briefings for USCG and news media. STANDARD FORM 330(6/2004)PAGE E-61 01C082014W City of Miami Beach,Florida CB&I''Environmental&Infrastructure,Inc E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. '(complete one Section E for each key person) • 12.NAME I 13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE Gary Krystyniak CAD Analyst a. Total 23 b.With Current Firm 2 15.FIRM.NAME AND LOCATION(City and State) CB&I Environmental&Infrastructure, Inc., Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA\Behavioral Science\2003\Lynn University, Boca Raton, N/A FL 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) . Certifications/Training: 40-Hour Hazardous Waste Operations and Emergency Response(HAZWOPER)Training, 8-Hour HAZWOPER Refresher Training, NASD Series 7 License, Life, Health and Variable Annuities License Relevant Experience: Mr. Krystyniak joined CB&I in 2011 and has 23 years of design and drafting experience. His experience includes various aspects of marine and port design including surface modeling, dredge volume calculations, scheduling, conceptual drawings structural and mechanical drawings, as well as 3-D graphics and animation. Mr. Krystiniak is proficient in numerous design software, including AutoCad®, Microstation®, InRoad®s, Softdesk®, Land Development®,Autodesk Civil 3D®, Bentley PowerCivil®, and Eaglepoint®. 19.RELEVANT PROJECTS FT r11,i VS=r`,I z I�? / -iC:£ (Ct'a FF�C,§1614! Delray Beach Erosion Control Program [PROFESSIONAL SERVICES IL ONSTRUCTION(If applicable) Delray Beach, Florida 2011 -Ongoing 1973, 1978, 1984, 1992, 2002, 2005, .a. j 2013 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm CAD Analyst- Developed permit sketches; calculated borrow area volumes and assisted in the development of the construction plan drawings as directed by project engineer. (i) i'=J /,t'LG L-U ,,kti C(;1(OA, gcYi l . Manatee County Comprehensive Erosion Control.Program !PROFESSIONAL SERVICES]CONSTRUCTION(If applicable)_ Manatee County, Florida 2011 -Ongoing 2002, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm CAD Analyst- Provided AutoCAD drawings in support of permitting for geotextile tube structures on Anna Maria Island. ( ) it(±a •Es TT, )'q rte,{ c 6- (F): Upham Beach Stabilization Project LPROFESSIONAL SERVICES II CONSTRUCTION(If applicable) Pinellas County, Florida 2011 -Ongoing 2005, 2011 c' BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm CAD Analyst-Provided AutoCAD drawings in support of permitting for geotextile tube structures for Upham Beach. �{ �y �;:1 10Lr/ 1rj 2�Ir +� (?J;1 L13,V,glfari- 'l. -. • Longboat Key Coastal Erosion Control and Marine LPROFESSIONAL,SERVICES_A CONSTRUCTION(If applicable); Infrastructure Program 'Town of Longboat Key, Florida 2011 -Ongoing 1999, 2005, 2011 d. ! BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm CAD Analyst-Provided AutoCAD drawings in support of Linley Street Boat Ramp design and the Coquina Beach Longboat Pass Rock Removal 1-I.L I 7Mr(Oh,try 14 is Federal Beach Restoration Project I PROFESSIONAL SERVICESICONSTRUCTION(If applicable)j e. Panama City Beach 2011 -Ongoing 1999, 2005, 2011 CAD Analyst-Created permit application drawings and construction plan layout utilizing Autocad software L STANDARD FORM 330(6/2004)PAGE E-62 01C082014W City of Mlaml Beach,Florida CB&I Environmental&Infrastructure,Inc • E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • . - • (Complete one.Section E for each key person) '12.NAME I,13.ROLE IN THIS,CONTRACT ! 14.YEARS OF EXPERIENCE Howard L. Nejib CAD Analyst/Designer a. Total 27 b.With Current Firm 5mo. 1S.FIRM NAME AND LOCATION.(City and:State) CB&I Environmental&Infrastructure, Inc., Bo ca Raton, FL 16.EDUCATION(DEGREE.AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) AS/1997/Engineering Design and Drafting/Keiser College, N/A Ft. Lauderdale, FL 18.OTHER_PROFESSIONAL QUALIFICATIQNS(Publications Organizations,Training,Awards,etc.) _. - • Training: OSHA requirements-30 Hour, OSHA requirement-confined spaces, Civil 3D Relevant Experience: Mr. Nejib has over 25 years in multiple areas of the Civil Engineering industry and construction. His technical experience includes presentations, design plan production, means and methods, construction documentation and coordination, and submittal packages. He has a senior background in using CAD based software for the design and implementation of technical drawings. In addition, scopes of work and experience included Civil and structural design for site development and reinforced concrete. 19.RELEVANT PROJECTS -_- 41.i 1.l�1= u�L��'.'tli�J1 (.�;t.C�7 ?:.0 i.✓ - - - -- - - -- - 271�f`_:�.�.J�i:�-•f:t J,Oyster Bayou Borrow Area Development I PROFESSIONAL SERVICES II CONSTRUCTION(Ifapplicable) a- Baton Rouge, Louisiana 2014 N/A CAD Analyst—CAD drafting and terrain profile modeling for earthen Terrace and Borrow area. - (:.) - ( &,-,(j' Structural CAD Design [PROFESSIONAL SERVICES ILCONSTRUCTION(If applicable)i I Virgin Islands 2013 -2014 N/A b' BRIEF DESCRIPTION Briefsco ( scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm CAD Analyst—Design of Port Piers including structural for pile cap and piling, dredging, and upland structural design of sheet piling and surface coordination with architectural. y �� i)i i 1,t-� f'�.'!�[.Lr�. I (- ef,g Port of Miami Tunnel I PROFESSIONAL SERVICESJ[CONSTRUCTION_(Ifap_plicable)1 Miami, Florida 2010 -2013 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c. CAD Analyst—Designer for tunnel methods for construction. Design processes for utility microtunneling, roadway relocation, design planning for structural (U-wall and cut and cover entry portals), and sheet piling. Geological ground surface and stratum data mapping used for ground treatment processes and boring purposes, provide 3D models for ground freezing of cross-passages and structural seismic integrity. Field coordination for surveying, Engineering, Construction and Asbuilts, ground works and structural. r 1�)11�1.i J'L,i�"� r��_!-�l t��.1!�i 01 C 7f�. 'C C'-L:�Cl �l r�'•�i±:� r�[i.�+.I.. 17.1.1171(-2-A C=_l.~'`Y l't .1 itz). County Survey Mapping projects [PROFESSIONAL SERVICES 11 CONSTRUCTION_Of Broward and Palm Beach, Florida 2000 -2008 N/A d. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm .; CAD Analyst—Right-of way mapping, coastal, boundary, Topographic, asbuilt, specific purpose, Field coordination for construction layout and FDOT. (i.i L ,71(Jm tf]�-C!i'�c`�:.l;i, - (2--) Diplomat Hotel [PROFESSIONAL SERVICESA CONSTRUCTION_(Ifapplicable) Hollywood, Florida 1999 -2001 N/A e. 'I BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm I CAD Survey Plan and Field Coordination—Conducted boundary, topographic, coastal, construction, asbuilt, specific purpose, and condo document based surveys. Provided field assistance for construction layout and ground works(Including utilities). STANDARD FORM 330(6/2004)PAGE E-63 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc: • STANDARD FORM 330(6/2004)PAGE E-64 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc r E. RESUMES OF,KEY PERSONNEL PROPOSED FOR THIS CONTRACT ,.(Complete one'Section E for each key person:) 12.NAME 13.ROLE IN THIS CONTRACT 14 YEARS OF EXPERIENCE • Melany Larenas, P.G. Sustainability Lead/Senior a. Total 13 b.With Current Firm 13 Marine Geologist 15.FIRM NAME AND LOCATION(City and State) -- CB&I Environmental &Infrastructure, Inc., Boca Raton, FL - - - 1,6.EDUCATION(DEGREE AND SPECIALIZATION) 17,CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2002/Geology/Florida Atlantic University, Boca Raton, Professional Geologist: Florida (2397), North Carolina FL (2108), Alabama (1290), Mississippi (0831) BS/1998/Geology/Florida Atlantic University, Boca Raton, FL Professional Geoscientist: TX(10402) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) y Certifications/Training: BOEM Protected Species Observer, PADI Advanced SCUBA Diver, TDI Nitrox SCUBA Diver, PADI Open Water SCUBA Diver Relevant Experience: Ms. Larenas is a Senior Coastal Geologist who leads CB&I's geological analysis and design group. Her team is responsible for laboratory analysis, sediment characterization, borrow area development and design, agency coordination and permitting, and database design and management. Ms. Larenas is responsible for sampling design and acquisition of geological and geotechnical data as well as managing the processing and analysis of geotechnical and remote sensing data. Ms. Larenas has managed the design and permitting of offshore sediment resources throughout the Gulf of Mexico and the Atlantic Coast. To date, Ms. Larenas has processed the geotechnical data and designed and/or permitted borrow areas for over 20 coastal restoration projects. Cultural resources, environmentally sensitive areas and hazards identified by side-scan sonar and magnetometer surveys are used by Ms. Larenas to determine avoidance areas within or around borrow areas. She is intimately familiar with both State and Federal permitting requirements, which allow her to take cost and time saving measures while planning for offshore investigations. Ms. Larenas has also managed the development of two state-wide geotechnical and geophysical databases. The geotechnical database developed for the west-coast of Florida includes sediment resource data offshore and has been useful in locating potential sand sources beach nourishment projects. Ms. Larenas has worked on the development of the Louisiana Sand/Sediment Resource Database(LASARD). The LASARD database houses historic offshore data and provides a standardized data structure format. The Reconnaissance Offshore Sand Search (ROSS) Database houses offshore data for the State of Florida, and is used by the state to manage offshore resources. 19.RELEVANT PROJECTS (11 i?'.1,.E/L_,'_ ;a1'��z f af,,o-4( ,:g Texas Coastal Resiliency Study LPROFESSIONALSERVICES[CONSTRUCTION(If applicable) Texas 2013-Ongoing N/A_ BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a: Project Manager-Ms. Larenas is currently managing the study on coastal resiliency study for the State of Texas. The purpose of the study is to identify projects that protect critical infrastructure in the event of coastal storms such as hurricanes.A project portfolio is currently being developed that will combine existing mitigation projects and newly identified projects. The portfolio will also contain key information that communities can use to determine which projects are the most critical to implement in the event of a storm. FDEP Reconnaissance Offshore Sand Search (ROSS) Florida [PROFESSIONAL SERVICES[CONSTRUCTION_(Ifapplicable) 2002 -2007 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Marine Geologist-Melany was a key architect of the ROSS (Reconnaissance Offshore Sand Search) database structure. This database contains legacy and recent offshore geotechnical and geophysical data for Florida. She collected and formatted historic and modern datasets, including data collected offshore of Captiva Island. She worked directly with the FDEP Bureau of Beaches and Coastal Systems to standardize geological and geophysical data collection and future reporting. STANDARD FORM 330(6/2004)PAGE E-65 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. ( ) TL f WO i✓C5,C Ali 1;nfl,,t_1{6?t6 ref , gi f),4=i X13`�; Manatee County Comprehensive Erosion Control Program, PROFESSIONAL SERVICES CONSTRUCTION(if'a••Iicable) Manatee County, Florida 1989-Ongoing 2002, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Geoscientist—Ms. Larenas has assisted with locating sediment and developing borrow areas for the Anna Maria Island shore protection program since the 2008 sand search investigation. She has been responsible for the collection and processing of various geological and remote sensing data in support of the 2006/2006 Central Project Area Storm Protection Project, the 2011 City of Anna Maria and Coquina Beach Nourishment Projects and the upcoming Port Dolphin Beneficial Use Beach Nourishment Project and the Central Project Area Renourishment. (iy:FU ftL)LLB.-r,flOi\,',tCc,'?!''CCdati7(')% &v*:_ ..T_C?)'_i;'E'-'f2cC.AT:T'E: (.74)'1'.=0 g(5G6,l•11T Upham Beach Stabilization Project PROFESSIONAL SERVICES CONSTRUCTION. if a••licable Pinellas County, Florida 2002 -Ongoing 2005, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Geoscientist-As a part of Pinellas County Coastal Management Program and the Upham Beach Stabilization project, Mrs. Larenas fulfilled the role of geoscientist responsible for oversight of geological and geotechnical data processing and analysis, final borrow area design, and permit preparation. ri I 1' `11d'- lo. _.2 7 t c=2 °ae. t , Collier County Renourishment and Artificial Reef Project PROFESSIONAL SERVICES CONSTRUCTION !fa• /icable Collier County, Florida 1991 -Ongoing 1999, 2005, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Geologist she reviewed geophysical data used to identify a suitable source of sand while avoiding cultural or environmental resources. Obtained geological and geotechnical data. In charge of geotechnical and geophysical analysis and borrow area design. Directed writing sand search and geotechnical investigation reports. STANDARD FORM 330(6/2004)PAGE E-66 01 C082014W City of Miami Beach,Florida CB&I.Envlronmental&Infrastructure,Inc, . • { ' E. RESUMES OF KEY.PERSONNEL PROPOSED FOR THIS CONTRACT f (Complete one Section E for each key person.) • 12.NAME . 13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE ., Jordanna Rubin Sustainability & Energy a. Total 16 b.With Current Firm 8 Consultant 115.FIRM NAME AND LOCATION(City and State) • CB&I Environmental& Infrastructure, Inc., Miami Lakes, FL 116.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Certificate Program/2002/Conservation Biology, Columbia LEED Accredited Professional, 2008 University, NY Envision Sustainable Professional, 2012 MS/2000/Public Administration, Environmental and Energy Envision Program Verifier, 2013 Policy/Columbia University, NY Efficiency Sales Professional (ESP), 2014 Transportation Worker Identification Credential (TWIC) BA/1998/Ancient Studies & Environmental Science, Barnard OSHA 40-hour HAZWOPER; #102476 College, NY Stormwater/Erosion/Sediment Control Inspector-DOT, 2007, 18004,Active, Florida 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training',Awards,etc:)_ Relevant Experience: Ms. Rubin has a diverse professional background in environmental management and resource conservation. Her expertise and experience includes developing and implementing sustainability strategies; green infrastructure and high efficiency buildings; resiliency planning; energy audits; and GHG inventories. She has also incorporated her sustainability expertise while managing other diverse projects including remediation, environmental assessments, due diligence, coastal restoration, landfill operations and resiliency planning. Prior to joining CB&I, Ms. Rubin was the Environmental Resources Manager for the City of Miami Beach, FL. She was responsible for the management of all environmental projects and education programs within the City. She served as a liaison to environmental regulatory agencies and was a part of the engineering review team. Ms. Rubin has been involved in conferences and workshops, presenting information on sustainable infrastructure, grant and funding opportunities, and strategies for program implementation to city, county, state officials, and other stakeholders. Ms. Rubin has served as Co-Chair of the Florida Green Building Coalition, Local Government Committee for over 5 years. In addition, she is a member of the US Green Building Council, the Association of Environmental Professionals and serves on the sustainability board for the Santa Barbara County School District. 19.RELEVANT PROJECTS (%) .!_`� 1 t=om, (20i i)'�RTia Senior Resiliency Advisor; Coastal Resiliency Plan, LPROFESSIONAL SERVICES J[CONSTRUCTION(If applicable) I State of Texas 2013-present N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Sustainability Consultant—The study is focused on the affects and costs of recent hurricanes, and will identify potential projects that have the highest impact for long-term recovery. The Texas Coastal Resiliency Study includes data gathering, analysis, and a summary recommendation for implementation for the Texas GLO on resiliency. Ms. Rubin provides key technical analysis on program identification, implementation, and tracking. (i Fil l'_I i'-I\t?L_ i t (f: i'i;rc%,: ,'f`�c-�r V17,--AR Sustainability Services, I:PROFESSIONAL SERVI GE ONSTRUCTION_(Ifapplicable)_ City of Doral, FL 2014-Ongoing N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Project Manager—Ms. Rubin manages and provides technical services for sustainability services for the City. CB&I is developing a consumption baseline for energy, water,fuel, waste and GHG emissions. Then the project will identify current sustainability efforts and make recommendations for future projects to reduce consumption and emissions. A final step will include the development of an implantation and monitoring framework for all sustainability initiatives. 111!=4';1_,:°,=2, COI / -F> () ' Energy Advantage Program for Small Business, California LPROFESSIONALSERVICESICONSTRUCTION.(If applicable).; 2014-present N/A ,; BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c. Project Manager—Ms. Rubin serves as the Project Manager for the Energy Advantage Program, which serves the SoCalGas utility territory. She is responsible for program coordination, subcontractor management, marketing coordination, and program reporting. The program is designed to supplement the US Small Business Administration 504 Loan Program. The program provides no-cost energy consulting services for loan applicants to ', include energy efficiency pro rams into their proposed facility renovations. STANDARD FORM 330(6/2004)PAGE E-67 01C082014W . ., City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. (i) S`'L'nk E [?. Sustainability Master Plan and EECBG Program,City of Palm PROFESSIONAL SERVICES CONSTRUCTION(If a..licable Bay, FL 2009 -2013 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager—Ms. Rubin managed the design and implementation of the City's sustainability program. Projects included a sustainability master plan, energy strategy, energy audits, GHG inventory, building automation systems, sustainability website, and development of green building and rehabilitation ordinances. During the project, she managed over 10 outreach workshops with city council, city committees, and other stakeholders for master plan input. /' e ms"Am f (.24 VP_/&,e,--:-AcigLeirtf,31- Dr Pepper Snapple LEED EB Certification PROFESSIONAL SERVICES CONSTRUCTION If a.pl cable 2010 -2012 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Manager—The building was awarded GOLD certification in June 2012. Ms. Rubin managed a project team that tracked and collected data for LEED certification. The team developed sustainability policies, implemented environmental best management practices, conducted energy audits, industry benchmark assessments, and a GHG inventory of the building. STANDARD FORM 330(6/2004)PAGE E-68 01C082014W City,of Miami Beach,Florida. CB&I Environmental&Infrastructure,Inc. • • E: RESUMES OF K_ EYE PERSONNEL PROPOSED FOR THIS CONTRACT . (Complete one•Section E for.each key person.) 12.NAME j,13.ROLE IN THIS CONTRACT I 14.YEARS'OF EXPERIENCE Beth M. Forrest-Vandera, Ph.D. Project Geologist a. Total 11.5 b.With Current Firm 7.5 15.FIRM NAME AND LOCATION(City and State) • . . CB&I Environmental & Infrastructure, Inc., Boca Raton, FLorida 116 EDUCATION(DEGREE AND SPECIALIZATION) _ 17..CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Ph.D./2007/Geology/Florida State University, Tallahassee, BOEM Certified Protected Species Observer FL MS/2003/Geology)/McMaster University, Hamilton, Ontario, Canada Honours BS/2001/Geology/Hamilton, Ontario, Canada 18.OTHER PROFESSIONAL QUALIFICATIONS_(Publications,Organizations,Training,Awards,etc.) Relevant Experience: Prior to joining CB&I, Dr. Forrest worked as a Coastal Geologist at the Florida Department of Environmental Protection, Bureau of Beaches and Coastal Systems. She was responsible for providing geological analyses and geotechnical review associated with beach erosion control, inlet management projects and other coastal construction projects. Dr. Forrest coordinated with Bureau regulatory staff, Bureau engineering staff, permit applicants, local, state and federal governmental agencies and other departmental agencies. She conducted and coordinated geologic reviews of JCP applications and the scopes of work associated with beach and inlet management contracts of the Bureau. In her current position, she has developed or assisted with the development of over 50 publications and technical reports. 19.RELEVANT PROJECTS (:f)iT, C`�w L;��/ �J 3i C 7_ r J �Z Y (- g 1=1 O ' Environmental Services for the City of Miami, Miami, Florida PROFESSIONAL SERVICESICONSTRUCTION(If applicable) Ongoing N/A a. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project geologist-Dr. Forrest assisted with the planning of geotechnical investigations. She coordinated with project engineers to develop navigation channel realignment design and assisted engineers with JCP permit application development and RAI response i 17,till °graJ ('{ s1 tip, (s ��,.fi'AC u1 0W -�], � , �7.. �._� - _. (�..�"�a �L-�=l'1�_, Collier County Renourishment and Artificial Reef Project [PROFESSIONAL SERVICES[[CONSTRUCTION(IfapplicableJ Collier County, Florida 2011 2000, 2005, 2011 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm b. ! Project Geologist-Dr. Forrest assisted with the processing of geotechnical data for jet probe and vibracore investigations, processing side scan sonar and seismic data and the processing of hydrographic and topographic ' data. She developed sand search and geotechnical investigation reports and assisted in JCP permit application �r____i development and RAI response I M /i .C.@:aA-17,_ �!; a�-<j�,C Ci�i ����V f Panama City Emergency Beach Restoration Project [PROFESSIONAL SERVICES[CONSTRUCTION_(lfapplicabl Panama City, Florida 2009 . 1998, 2001,2003, 2009 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C. Project Geologist-Dr. Forrest assisted with the processing of geotechnical data for jet probe and vibracore investigations, processing side scan sonar and seismic data and the processing of hydrographic and topographic data. She developed sand search and geotechnical investigation reports and assisted in JCP permit application development and RAI response. ($)%iid !ntip'L-Ofsf,T:%?t (C-?-.1k gffl o, (t2), Anna Maria Island Comprehensive Shore Protection Program, I PROFESSIONAL SERVICES(LCONSTRUCTION_(if applicable), Manatee County 2009 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Project Geologist-Dr. Forrest assisted with the processing of geotechnical data for jet probe and vibracore investigations, processing side scan sonar and seismic data and the processing of hydrographic and topographic data. She assisted with borrow area development and design and assisted with the development of sand search and geotechnical investigation reports. STANDARD FORM 330(6/2004)PAGE E-69 01C082014W City,of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. Big Hickory Island Geophysical and Geotechnical PROFESSIONAL SERVICES. CONSTRUCTION Ifa••licable Investigations 2009 N/A Lee County, Florida BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Geologist-Dr. Forrest assisted with the processing of geotechnical data for jet probe and vibracore investigations, processing side scan sonar and seismic data and the processing of hydrographic and topographic data. She developed sand search and geotechnical investigation reports and assisted in JCP permit application development and RAI response. • STANDARD FORM 330(6/2004)PAGE E-70 01C082014W - City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc -E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete one one Section E for each key person.) 12.NAME _ 13.ROLE IN THIS CONTRACT 14.YEARS OF EXPERIENCE Carrie Sonders, MS Sustainability Planning— a. Total 2 b. With Current Firm 1 Scientist 15.FIRM NAME AND LOCATION(City and State) CB&I Environmental &Infrastructure, Inc., Boca Raton, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) . - 17.CURRENT PROFESSIONAL.REGISTRATION(STATE AND DISCIPLINE) BS/2005/Biology, Arizona State University, Tempe,AZ N/A MS/2009/Environmental Science/University of Las Vegas, Nevada, Las Vegas, NV 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)- Relevant Experience: Mrs. Sonders has over seven years in the environmental field including experience in both public and private laboratories, authoring of rules and technical guidance, and providing project management for an environmental technology company. She served as a chemist in water laboratories and was trained in microbiology practices and sample collection. She has been responsible for the writing, presentation, and approval of air quality rules. Following the approval of these rules, she has successfully developed and provided to the community, guidance documents to increase the likelihood of compliance among the governed public. In addition, she managed on-site and bench scale water remediation projects for major oil and gas firms, food processing facilities, and energy production organizations. 19.RELEVANT PROJECTS --I OS)O TI �ti�i.17 I \�( 1rf 1:Ci y(rY�/_. ; 1,Y PI- C-t(A.:'`,I=T1 ?. I Louisiana Borrow Area Management and Monitoring Program PROFESSIONAL SERVICESJLCONSTRUCTION(If applicable)_ Coastal Louisiana and Gulf of Mexico 2013 -Ongoing N/A a. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Geotechnical team member responsible for the interpretation and presentation of water chemistry data gathered in the Gulf of Mexico with the intention of analyzing effects of borrow area dredging and, subsequently, developing . guidelines to reduce impacts. (1)�ti;� aNU (G E� '&i-is f (3)' Louisiana Sand Resource Database(LASARD) I PROFESSIONAL SERVICESJLCONSTRUCTION(Ifapplicable)_j Coastal Louisiana 2013 -Ongoing N/A b. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Database Management—Refining and standardization of the visual representation of those sand resources, including the creation of GIS feature classes. Afti (;C-(e cm" Ce'�rsll i"i Data Management for the LCA Mississippi River Hydrodynamic[PROFESSIONAL SERVICES)i CONSTRUCTION(lf applicable)! and Delta Management Study(MRHDMS) 2013 -Ongoing N/A C. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Database Management—Refining and standardization of identified sand resources, including the creation of GIS 'feature classes. (4)'TULE af\ oicirE-E au—tFyFtT ( l sf :C1 Decommissioning of industrial sites for the Louisville Regional[PROFESSIONAL SERVICES ILCONSTRUCTION(lfapplicable); Airport Authority 2012 N/A d. BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Scientist—Environmental site assessments to determine historical activities performed on site and estimate potential for soil or water contamination. Analysis of environmental samples through EPA approved PROFESSIONAL SERVICESICONSTRUCTION(Ifapplicable)- inorganic chemistry methods for the detection of heavy metals 2006 N/A for the State of Arizona Department of Health Services, e' Phoenix, AZ BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Scientist—Water chemistry analysis for the detection of heavy metals in regulated waters from locations where the general public is potentially exposed. STANDARD FORM 330(6/2004)PAGE E-71 01C082014W °' '' " City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CO NTRACT (Complete one Secton.E for each key person.) 12.NAME _ 13.ROLE IN THIS CONTRACT _ 14.YEARS OF EXPERIENCE Elena Savona, MS Sustainability& Energy a. Total 12 b.With Current Firm 7 Consultant '15.FIRM NAME.AND LOCATION(City and State) • CB&I Environmental&Infrastructure, Inc.,_C hic_a_g o, IL r16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/2006/Architectural Engineering, Illinois Institute of Project Manager Professional (PMP), Project Technology, Chicago, IL, 2006 Management Institute, 2012 MS/2002/Architecture, Universita' degli Studi Palermo, Italy Certified Energy Manager(CEM), Association of Energy Engineers, 2008 Leadership in Energy and Environmental Design Accredited Professional (LEED AP BD+C), US Green Building Council, 2006 Commercial Energy Plans Examiner, International Code Council (ICC), 2011 1-18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Relevant Experience: Ms. Savona is responsible for managing and executing energy and sustainability projects for commercial, government, and non-profit clients. Her areas of expertise include sustainability plan development and implementation, energy efficiency and renewable energy, process improvement and capital planning. Prior to joining CB&I, Ms. Savona worked for a consulting MEP firm serving primarily high-rise sustainable buildings. Prior to the private sector, Ms. Savona worked at the Illinois Institute of Technology in Chicago, where she successfully managed both government-and privately-funded projects in the area of renewable energy and sustainable buildings. 19.RELEVANT PROJECTS (-0 I T iii 1,1 'LCc/-1 t\.f(. %,a, ( L-1f Sustainable Chicago 2015 Action Agenda,City of Chicago LROFESSIONALSERVICESJ{CONSTRUCTION(If applicable)_ 2012 -2013 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. 1 Project Manager—CB&I served as primary consultant on the development of Sustainable Chicago 2015 Action Agenda. CB&I developed the approach, content and final delivery of the plan, which included providing technical analysis, benchmarking, and program development. Ms Savona served as Project Manager for the development of the action agenda, the 6-month update, and Year One Progress Update(GRI report.) http://www.citvofchicago.ora/citv/en/props/env/sustainable chicapo2015.html MU=AVE)C- /. (dR((lie C- i.F€J MAT E Cu -1 ('? Sustainability Consultant, Major National Retailer [PROFESSIONAL SERVICES 1 CONSTRUCTION(If applicab le) 2013 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Sustainability Consultant—Ms Savona led a project for a major national retailer to assist them with the development of their sustainability program. The outcome of this work was the development of a sustainability mission, vision, objectives that align with corporate strategy. This sustainability effort included a number of initiatives prioritized based on company's criteria, including ROI, ease of implementation, and savings opportunities. (1) 1.11. GKG 0'VERA (1y Energy Audits, Immigration and Customs Enforcement, (PROFESSIONAL SERVICE {CONSTRUCTION(If applicable": I Multiple Locations 2011 N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm c' Energy Auditor and Project Lead — CB&I supported the Immigration and Customs Enforcement(ICE)federal agency in achieving their energy efficiency goals.Within this program, CB&I conducted energy audits at ICE detention and field office facilities across the nation. Ms. Savona conducted energy audits at three detention facilities, and managed the execution of final deliverables. STANDARD FORM 330(6/2004)PAGE E-72 01C082014W ' '` City of Miami Beach Florida Inc. ' /-�^i �`' ,� ;� ' ---` ' ���a���o � um ) Capital Planning and Management and Oversight of pnmpsoaiowAiggxogw)-mmwornuor/mw8m«��a�� 2010 2012 N/A |n�motructure/�moemsrnentm.��BF�E/BP. Nmpmrv|Um, |L - BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm `' Project Manager— CB&| was hired by BP Americas to evaluate the site infrastructure at its 180-acre campus in Naperville, IL and to identify a methodology to prioritize capital projects. Ms. Savona deve|opadapnojoo prioritization system and assisted both the engineering and operations teams with project evaluation and scoring. Ms. Savona facilitated the prioritization process of assessments and projects, managed the procurement of ' multiple contractors to conduct assessments, and provided oversight of work execution until completion and closing. (1)fritE7 ((Ai. A-4-6 ao.s�otgxik53 Energy Efficiency and Conservation Strategy and pnmFsna/mm^L @iff4;■mg1:4§| (If applicable)Sumtm|nabi|�y Master Plan,City of Palm Bay, FL �O1O N/A BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Lead — CB&I was hired by the City of Palm Bay, FL to develop their Energy Efficiency and Conservation Strategy under DOE's Energy Efficiency and Conservation Block Grant Program, and to develop Palm Bay's Sustainability Master Plan. Ms. Savona assisted the project manager in the development of the program, including identification of the proposed activities, development of a performance tracking tool. She collected data to develop a comprehensive GHG emissions inventory. She was the principal author of the Sustainability Master Plan. h�p�/�vwowpa|mbovf|oridaorq/c�vmanaqe�dooumento/ountainabi|itv master p|on pdf . i � � � STANDARD FORM 330(6/2004)PAGE E-73 'Ci ty of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc STANDARD FORM 330(6/2004)PAGE F-1 01C082014W City of Miami Beach,•Florida CB&l Environmental&Infrastructure,Inc. 2.1 Qualifications of Proposing Firm STANDARD FORM 330(6/2004)PAGE F-2 01C082014W City of Miami Beach,Florida 'CB&1 Environmental&Infrastructure,Inc. STANDARD FORM 330(6/2004)PAGE F-3 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 1 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED Broward County Shore Protection Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County Segments I, II, & III, Florida 1999 -Ongoing Segment Ill -2005 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Nicole Sharp, Natural Resources 954.519.1231 Administrator nsharp(cbroward.orq 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope.size.and cost) CB&I provides engineering and environmental services design, modeling and geotechnical documentation into to Broward County in support of their shore protection the EIS document.An Essential Fish Habitat(EFH) program. Environmental services include permitting, assessment and Cumulative Effects Analysis (CEA)were NEPA documentation, environmental assessments, included in the 2004 approved decision document as habitat mapping, and biological monitoring of nearshore integral compliance and evaluation tools needed to hardbottom and artificial reefs. analyze the various project components under NEPA. The engineering and biology staff of both companies and The Broward County Shore Protection Project is divided the County cooperatively designed the beach and up into three segments: Segment I reaches from the mitigation projects. Palm Beach/Broward County line to Hillsboro Inlet; Segment II extends from Hillsboro Inlet to Port Segment III was Everglades Inlet; and Segment III continues from Pt. constructed first in 2005 Everglades Inlet to the Broward/Miami-Dade County line. and the anticipated burial Segment I: Quantitative Nearshore Assessment of 7.6 acres of nearshore and Literature Review hardbottom required 8.9 The U.S. Army Corps of Engineers (USACE), in acres of mitigative reef. This was a large scale conjunction with the City of Deerfield Beach, initiated project of approximately engineering and design for preparation of a General j 1, 6.8 miles in length with a r Reevaluation Report(GRR)fora shore protection project ti fill volume of 1.92 million :' _,,,ar '" • in Segment I of Broward County. CB&I was contracted to ; : �""'" ''• ' , .� cy. The primary designs • •`'- prepare a literature review on the recovery rates of objectives of this project ' habitats associated with beach nourishment and to +`� .- , _ were to: restore eroded conduct in situ characterization of the marine biological �'=;,� yr `sections of the authorized resources in the nearshore habitat that may be impacted eft, federal project design by a nourishment project. The goal of these tasks was to beach berm; provide at provide data that would support a project design with least six years of advance Hardbottom community located minimal impacts to nearshore resources, determine the beach nourishment; and offshore of Broward County. extent and nature of potential impacts, and calculate the improve fill performance through beach fill taper amount of mitigation required to offset unavoidable modifications. impacts. CB&I delineated the entire extent of nearshore hardbottom resources within Segment I and conducted CB&I biologists coordinated with regulatory staff and the biological surveys to quantify the benthic and fish County to develop the project-specific biological communities, as well as to determine if the listed coral monitoring program for the nearshore hardbottom and species Acropora spp. were present. These data were the mitigative artificial reef. Monitoring of the nearshore analyzed and a final report detailing the results was hardbottom was conducted to detect project impacts for submitted to the USACE. five years post-construction, and similarly, the artificial reef was monitored for five years to determine functional Segments II and III Shore Protection Project success regarding benthic and fish recruitment and CB&I, in cooperation with our Joint Venture partner, succession. completed a GRR and Environmental Impact Statement (EIS) in 2004 for the Segment ll and III projects. Our Services provided in the monitoring plan included pre-, professionals prepared and integrated the required mid-and post-construction monitoring of: sedimentation STANDARD FORM 330(6/2004)PAGE F-4 01C082014W City of Miami Beach,Florida CB.&I Environmental 6c Infrastructure,Inc measurements adjacent to the borrow areas, pipeline project only. CB&I generated the EA and conducted a corridor mapping and monitoring to document impacts to baseline biological characterization of the nearshore hardbottom communities, bi-weekly pipeline inspections hardbottom in order to provide the data necessary to during construction to check for leaks, and long-term facilitate the permitting process. The LRR and EA are coral community health assessments, sea turtle, currently in the finalization stages and the draft FDEP nearshore hardbottom and artificial reef monitoring. The permit for Segment II has been issued.We also nearshore hardbottom monitoring included in situ produced a Biological Assessment(BA)in support of hardbottom edge mapping using diver-towed DGPS, Section 7 Consultation of the Endangered Species Act, quantitative assessments of benthic communities using which included anticipated impacts to the seven the BEAMR methodology, rugosity measurements, Caribbean coral species listed as threatened. Once sediment depth measurements and coral stress indices. again, we developed a mitigation plan to compensate for Macroalgae species area curves were also conducted to anticipated impacts within the ETOF and developed a determine if and what turtle food resources were present biological monitoring program which incorporates on the artificial reef. Coral fate-tracking stations allowed transplantation of qualifying coral colonies within the us to track the growth and impacts to coral colonies impact area and biological monitoring of both the located outside the ETOF, including the threatened coral nearshore hardbottom and the mitigative artificial reef. species Acropora spp. The artificial reef monitoring program documented • CB&I biologist conducting nearshore hardbottom assessment. benthic and fish recruitment, as well as coral transplant success compared to the natural hardbottom. These data have all been entered and analyzed using parametric and non-parametric stat i st i ca l analyses as outlined in the biological monitoring plans. All biological, engineering, geological and survey data have since been incorporated into an interactive GIS database for data retention and management. When it came time to continue with the Segment II portion of the project, the County was required to generate an Environmental Assessment(EA)and Limited Reevaluation Report(LRR)for the Segment II 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a CB&I Environmental & Infrastructure, Inc. Boca Raton, FL Environmental Services, Permitting, Coastal Engineering, Surveying, Mapping, GIS-Prime STANDARD FORM 330(6/2004)PAGE F-5 01C082014W City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc. 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 2 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED Manatee County Shore Protection Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Manatee County, Florida 1989, ongoing 1993,2002,2005, 2011,2013/14 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Manatee County Charlie Hunsicker, Director 941.742.5923 x 6001 Charlie.hunsicker(c�mvmanatee.orq 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope.size,and cost) Since 1989, CB&I has been the coastal engineering million cy of sand on 5.2 miles of the Anna Maria Island consultant to Manatee County.We have produced and coastline. As mitigation for the anticipated impact from maintained a comprehensive beach management plan for the 2002 Beach Nourishment Project to 0.45 acres of the County and have continually provided engineering nearshore hardbottom, a nearshore artificial reef was and environmental services for the County's coastal constructed in February 2005. program, including: project design, geotechnical investigations, environmental studies, State and Federal In 2004, Hurricanes Charley and Ivan caused direct permitting, surveying services, and construction impacts to Anna Maria Island. The Corps was allocated administration required to build the County's coastal emergency funds throughout the State of Florida for projects. Our history with Manatee County is an example beach fill to replace sand lost during the severe 2004 of our dedication to providing a wealth of technical and hurricane season. CB&I prepared the project plans and program management services that benefit our clients. specifications for the placement of approximately 415,000 cubic yards of fill material to reconstruct the 2002 Anna Maria Island design template. CB&I engineers and scientists re-investigated the ebb shoal borrow site, designed the borrow area for the Corps to enhance the A ` -a " sediment quality and minimize the heavy shell fraction e ' found in sections of the borrow site negotiated the A, r1t necessary permit modification from FDEP, and provided construction observation. CB&I also assisted the County ______ ap.a a W x_ in securing approval of eligibility for FEMA assistance for N the City of Anna Maria Island segment, a non-federally authorized section of the project. The northern section of the Island was renourished in 2005. In April 2011, nourishment within the City of Anna Maria and Coquina Beach was constructed by Manatee County. The project included the placement of approximately 230,000 cubic yards of sand in the City of Anna Maria Coquina Beach post-construction conditions and the Coquina Beach segments, respectively. The sand Project History was obtained from an offshore borrow area. CB&I helped Anna Maria Island is a 7.5-mile long barrier island the City obtain FEMA funding by documenting impacts located immediately south of Tampa Bay within Manatee from hurricane activity in 2004 and 2005. In order to County. Continual loss of dry beach on Anna Maria incorporate the Coquina Beach area in the County's Island between 1942 and 1992 had greatly reduced the beach maintenance program, CB&I worked to"piggy- storm protection and environmental and recreational back"the Coquina Beach project onto the FEMA funded benefits provided by the beach. In response to this City of Anna Maria Beach Renourishment Project, saving erosion, approximately 2.32 million cubic yards(cy)of Manatee County significant costs in dredge mobilization/ sand were placed on 4.6 miles of Anna Maria Island demobilization to nourish Coquina Beach. CB&I also beaches by the U.S. Army Corps of Engineers (USAGE) designed, permitted and oversaw the 2011 construction in 1992/93 during the initial beach nourishment project. of a shore-perpendicular geotextile tube placed adjacent The construction of two artificial reefs was required as to the Longboat Pass north jetty, located at the south end mitigation for the potential burial of the nearshore natural of Anna Maria Island. The installation has functioned hardbottom habitat by this project. Nine years later, extremely well as a temporary test project to reduce Manatee County constructed the 2002 Beach beach loss and shoaling, and will likely lead to permanent Nourishment Project, which placed approximately 1.9 jetty tightening. STANDARD FORM 330(6/2004)PAGE F-6 01C082014W City of Miami Beach,Florida CB&i Environmental&Infrastructure,Inc. Coquina beach was renourished in March 2014.We the agencies to ensure the amount of mitigation is again assisted the County in coordinating the timing of appropriate for mitigating impacts to the ephemeral the renourishment to coincide with the Federal project nearshore resources. CB&I engineers designed and which resulted in substantial cost savings to the County. oversaw the construction of the reefs to ensure they were CB&I provided geotechnical services to identify the sand built in compliance with project permits. Following source, the engineering design, funding acquisition, construction of the artificial reefs, CB&I biologists conduct permit-required annual monitoring to document that the permitting services,technical consultation and construction oversight services to help restore this portion reefs succeed at mimicking the natural hardbottom which of the island's receding coastline, while reducing the they are intended to mitigate. These survey include project cost. benthic assessments, fish counts, and collection of photo and video documentation. CB&I also designed and constructed a 5-acre mitigative In addition to monitoring the colonization and succession artificial reef approximately 1,100 feet off the coast of of the artificial reefs, CB&I biologists have been Coquina Beach. CB&I worked aggressively on the monitoring the natural nearshore hardbottom adjacent to County's behalf to limit the amount of required artificial Anna Maria Island since the initial project was reef as appropriate replacement for burial of nearshore constructed in 1993.We develop and update the hardbottom by the beach nourishment project, again biological monitoring plan for each project in close resulting in significant cost savings to Manatee County. coordination with FDEP. During annual monitoring Y ` 1 �,� lI ' (l jf7J ' ,,: surveys, CB&I biologists utilize quadrat-based benthic rI ;,; r ((� i �, f assessments, sediment measurements to document t\ i; +�� i gil�f ''' sediment dynamics, and in situ resource mapping, , ,�,N�, ci r, ►, ;/.'. i/f, supplemented by photo and video documentation. Data ',1 ' , are analyzed to document any potential secondary �, , �.,., impacts related to project construction, and reports are• „ , ° prepared and submitted to agencies as required by permit conditions. In addition to artificial reef and natural hardbottom . , monitoring, CB&I biologists have also conducted .:” seagrass investigations around Anna Maria Island, and Off,' - - A' recently surveyed three dilapidated groins to document `:f:-='.` stony(scleractinian)corals that could need relocated ' - -, before the groins are removed and replaced in the area of Cortez Beach.We are also currently working with Manatee County on a Dune Vegetation Feasibility Study to help the County determine areas in public rights-of-way CB&I biologists conduct annual monitoring of nearshore hardbottom resources. that could benefit from dune vegetation projects.As part of this project, CB&I is also working closely with local communities and island residents to assist them in Environmental Services planning their own dune projects to help protect Anna In association with each Anna Maria Beach Nourishment Maria Island's shoreline. Project, CB&I has obtained necessary FDEP and USACE permits, which includes extensive agency coordination. Our biologists work closely with U.S. Fish and Wildlife Service (USFWS)and National Marine Fisheries Service (NMFS)to assist with ESA Section 7 consultation for listed turtles, manatee, birds and fish in the project area. We have also prepared required NEPA documentation in support of Manatee County's coastal projects. Due to the presence of nearshore hardbottom in the shallow waters adjacent to Anna Maria Island, mitigation and monitoring have been required to offset project impacts to these resources. CB&I has worked closely with 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a CB&I Environmental & Infrastructure, Inc. Boca Raton, FL Environmental Services, Permitting, Coastal Engineering, Surveying, Mapping, GIS-Prime STANDARD FORM 330(6/2004)PAGE F-7 01C082014W • City of Miami Beach,Florida CB&i Environmental&Infrastructure,Inc. 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 3 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED Collier County Beach Nourishment Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Collier County, Florida 2002, Ongoing 2006,2013/14 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Collier County Gary McAlpin, Director 239.252.5342 Coastal Zone Management GaryMcAlpin(cr�colliergov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope size.and cost) Dredging Project, which was placed on a 0.4-mile segment of beach. Lack of nearby beach compatible offshore sand sources, 500 acres of nearshore hardbottom and shallow nearshore water depths made this project challenging to design and implement.We located an exceptionally high quality sand source which was light in color, relatively coarse in grain size and high in quartz content which not only restored the aesthetically pleasing beaches in Collier County, but aided to maximize the life of the BALI project, preserved sensitive nearshore habitat and Jr , - :,;,,_ provided suitable nesting for turtles. Performance monitoring provided by physical and biological surveys shows performance exceeded the expectations of regulatory agencies. Most recently, CB&I aided the County in obtaining a �,. flexible permit modification for the 2013 -2014 project which allowed either hydraulic placement of beach fill via offshore sand source or fill placed via truck haul from an upland sand source. The 2013-2014 project was bid and awarded, and was constructed using truck haul by y.. two contractors. The project placed 240,000 cubic yards of sand within the four construction reaches. Tasks for both projects included preparation of a project engineering report describing the scope and cost for a number of renourishment alternatives; numerical modeling; preparation of plans and specifications; integration of existing sand bypassing operations into a long term comprehensive management plan; field survey 2013 Before and After at Naples Beach including bathymetric, topographic , ECL, seismic, side scan sonar, magnetometer, vibracores and jet probes; Project History mapping hardbottom habitats using sidescan sonar, verified by divers; detailed diver investigation and CB&I Environmental & Infrastructure, Inc. (CB&I) characterization of environmental resources; assisted Collier County to design, permit, and implement development of a long-term biological monitoring plan; a comprehensive shore protection project along 8.5 miles biological monitoring of nearshore hardbottom resources; of coastline, which was constructed in 2006 and 2013- extensive coordination with state and federal agencies; 2014. The 2006 project placed approximately 667,562 acquisition of state and federal permits and a BOEM cubic yards (cy)of beach compatible sand within four lease; preparation of a BOEM Environmental construction in 2006 utilizing an offshore sand source Assessment; successfully permitted multiple sand located in federal waters. This required extensive sources and several different construction methods for coordination with the U.S. Army Corps of Engineers and the 2013-14 Project; and production of an interactive GIS BOEM to facilitate the permitting process. In addition, database deliverable. one segment of the project was designed to use approximately 53,600 cubic yards of dredged material CB&I is currently preparing a JCP application in order to obtained from the Doctors Pass Inlet Maintenance obtain 15 year permits from FDEP and USACE that will STANDARD FORM 330(6/2004)PAGE F-8 01C082014W City of Miami Beach,Florida CBI Environmental be Infrastructure,Inc authorize nourishment of the Collier beaches using monitoring program was carried forward for the 2013-14 offshore borrow area, Doctors Pass maintenance project through an updated monitoring plan prepared by dredging or upland sand sources.This permit will allow CB&I and FDEP biologists. The intent of this plan is to the County maximum flexibility to construct small determine if any secondary impacts to hardbottom maintenance or hot spot projects as well as to respond to results from the Collier County Beach Nourishment major storm events with a larger project, if needed. Project. The pre-construction monitoring was completed Our work for the Collier County Beach Nourishment by CB&I in the summer of 2013 and will provide a Projects exemplifies the comprehensive services CB&I baseline for comparison to post-construction monitoring offers, from permitting through construction and beginning in summer 2015. monitorin Environmental Services nc� re+�• •oS ''- "'� �sue.-• In association with each Collier County Nourishment CB&I has coordinated with local, State and a Federal agencies to obtain necessary permits. For Collier, ' ` °- ? .� ' this included working closely with BOEM to obtain a lease • tic to use an offshore borrow area located in Federal waters. i f ;; ,' •.." CB&I completed NEPA documentation for BOEM and the USACE for both the 2006 and 2013-14 projects. As part = of the permitting process, CB&I compiles turtle, shorebird and hardbottom data to assist in consultation with FDEP, > -741 - FWC, USACE, USFWS and NMFS. ma=y • Sheepshead on nearshore hardbottom. • � r Solenastrea hyades on nearshore Collier County hardbottom. The 2006 project incorporated a comprehensive biological monitoring and mitigation program developed in coordination with FDEP. Our integrated approach between engineering and biology led to the design and permitting of a beach project that minimized impacts to hardbottom and a mitigative artificial reef that compensated for those unavoidable impacts to the nearshore hardbottom.We monitored both the natural hardbottom and the artificial reef and through statistical comparison, and determined that the mitigation successfully mimicked the natural hardbottom as it was designed. The natural hardbottom component of the biological 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a. CB&I Environmental & Infrastructure, Inc. Boca Raton, FL Environmental Services-Prime STANDARD FORM 330(6/2004)PAGE F-9 01C082014W City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 4 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21 TITLE AND LOCATION(City and State) 22 YEARS COMPLETED City of Miami Miscellaneous Environmental Contract PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, Florida 2008-2012 2008-2012 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER The City of Miami Jeovanny Rodriguez, Assistant CIP 305.416.1225 Director ieovannvrodriquez a miamigov.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size.and cost) AST, permitted the new AST with the City of Miami, In 2008, CB&I was contracted by the City of Miami to Miami-Dade County, and the FDEP, oversaw installation perform a wide scope of environmental services. As an of the AST, oversaw removal of the 8000-gallon UST, environmental services firm, CB&I served the diverse performed tank closure sampling and reporting, and needs of the City, from site assessments to planning and prepared an SPCC Plan designing services. Additionally, CB&I provided feasibility Pro ect Hi.hIi•hts studies and review of contractor bids, plans, and specs. ✓ AST Design and Permitting Other services included: programming, surveying, ✓ UST closure sampling&reporting geotechnical analysis, feasibility studies, options ✓ Construction oversight evaluations, public meetings, detailed facility ✓ SPCC Plan preparation assessments, lead-based paint analysis, asbestos surveys, mold assessments and recommendations, cost estimates, opinions of probable construction cost, preparation of bid and construction documents, review of work prepared by sub-consultants and other consultants, field investigations and observations, construction contract administration, as-built documentation and other related environmental services. ' . To date, projects total approximately$250,000. Projects completed through this contract include: • Nu-Way phase I site assessments -�-' j l • *we- • Nu-Way phase II site assessments • Convention Center phase I site assessment, Asbestos and Lead Surveys • Gibson Park phase I site assessment • McArthur Dairy Phase II site assessment • Lawrence Pump Station design, permitting, and construction oversight of new AST system; and underground tank closure assessment and reporting • Assistance with development of an EPA grant for a Brownfield training program Planning and design services were offered to assist the Public Works Department with the Laurence Pump Station Project. This project included a tank upgrade project at a Stormwater Pump Station that had an 8000-gallon single- walled UST that was under a DERM consent order. Additionally, CB&I prepared the design for a 2000-gallon 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a. CB&I Environmental & Infrastructure, Inc. Miami Lakes, FL Environmental Services-Prime STANDARD FORM 330(6/2004)PAGE F-10 O1(108201OW City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 5 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22 YEARS COMPLETED Florida Department of Transportation District VI — PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Contamination Assessment and Remediation , throughout 2008 -Ongoing 2008-Ongoing Miami Dade and Monroe Counties, Florida 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Florida Department of Mauricio Gomez, Environmental Manager 305.470.5228 Transportation District 6 mauricio.gomez a(�dot.state.fl.us 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost) The Background The Approach CB&I has been a Contamination Assessment and CB&I provides a full-range of environmental services Remediation (CAR)contractor to the Florida Department including: of Transportation District 6 since 2008. The total services • Environmental Level I Contamination Screening volume provided over that period has totaled over$3.5 Evaluations million. CB&I's principal work is to support all phases of • Level II Contamination Impact Assessments FDOT's business with an emphasis on the identification, • Construction Assessment handling, assessment, and remediation of hazardous and • Drainage Installation non-hazardous materials on State roadways or any • Clearing and grubbing situation that presents an immediate threat to the • Underground Storage Tank Removals environment or citizens. • Free Product Removal The Challenge • Project Related Demolitions • CB&I has the resources and the capability to respond and • Source Removals implement work quickly to allow the road construction to Loading, Transportation and Disposal of contaminated soil continue without disruption to the Prime Contractor. • CB&I's ability to rapidly respond to changed site Construction oversight• conditions limits FDOTs exposure to potential contractor Immediate response to urgent(non-emergency) delay and worker exposure claims. environmental issues Typical contaminants of concern that are encountered • Per Waste Remediation during road construction activities include petroleum Pettroleum Remediation• Compliance Monitoring for Class V Dewatering contaminates, solid waste, arsenic and lead in soil and groundwater. Where remediation is not feasible due to Permits for Miami Dade County and South Florida Water Management District permits cost or timeframe, CB&I has the personnel to perform the • subsurface construction activities. Preparation of Environmental Notes for Construction Plans illio Tea. r . ate _ ,.i r P V- a '• 4 t •� ` . 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a. CB&I Environmental & Infrastructure, Inc. Miami Lakes, FL Environmental Services-Prime STANDARD FORM 330(6/2004)PAGE F-2 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 6 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED 7-Eleven Alliance Program Various Locations across US PROFESSIONAL SERVICES CONSTRUCTION(If applicable) __ _1993-Ongoing_ 1993-Ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 7-Eleven, Inc. Jose Rios, Manager Environmental 972.828.6592 Services Jose.Rios(a�7-11.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CB&I and its predecessor companies have been a key µ provider of environmental services to 7-Eleven stores retail petroleum operations since 1993. The total services , volume provided over that period has totaled over$100 million. Based in Dallas, Texas 7-Eleven is the largest 1 chain store in the world with more than 38,000 outlets operating around the world, surpassing the previous record-holder McDonald's Corporation in 2007 by '�►%` '�_�` ` �+ f� �_ t,fi approximately 1,000 retail stores. 7-Eleven currently has '. - �'' Y ! a total of 5,900 owned, operated and franchised stores in the U.S., of which about 50% offer gasoline. CB&I's - ` principal work is associated with 7-Eleven stores with r gasoline sales. Historically, 7-Eleven (and Southland Corporation, a predecessor company) has employed as many as 20 environmental consultants, but over time The Approach have narrowed the number to four providers, CB&I being CB&I provides a full-range of environmental services one of the four. including: • Environmental Phase I and Phase II real estate ' activities • „, • Site characterizations • Feasibility studies for remediation purposes I • Remedial system design • Soil/groundwater remediation _.e - .1_ •.MP •• Underground Storage Tank closure•i �il. _ ��, . • Compliance i �� • State trust fund reimbursement • Construction oversight • Installation and maintenance of environmental remediation system • Reimbursement services, property acquisition/ divestiture services The Challenge • Litigation support services Approximately 2,500 7-Eleven properties include gasoline •stations. The critical contaminant of concern on these Immediate response to urgent(non-emergency) environmental issues sites is Benzene. Due in part to the location of impacted sites across the U.S., 7-Eleven procured multiple 7-Eleven and CB&I developed an Environmental Program contractors and consultants who employed different Protocol/Operations Manual that provides for clear approaches to the environmental work. 7-Eleven chose to definition of 7-Eleven Environmental Program expand CB&I's role in its environmental program to procedures, as well as roles and responsibilities of the 7- benefit from a consistent streamlined approach at a lower Eleven and consultant team members. A variety of program cost. technologies have been applied to the remediation of hydrocarbon-impacted soils and groundwater, including STANDARD FORM 330(6/2004)PAGE F-3 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. Benzene-impacted sites. In addition, services have been v,/ . ; '' provided related to real estate and compliance issues. �" `` CB&I works with local contractors and businesses to ,,,� , perform virtually all subcontracted aspects of the project _ with the exception of the analytical laboratory, drilling a r-- .3: contractors, and major remediation equipment vendors. ' E"""�' ,. ' - • .- -2--7E-777-' tk i - _ ' ' i The Result To date, we have managed over 1,000 sites in the gulf southeast region in six states, many of which have .- ,-- -- �" . received closure from state regulatory authorities. Site `; El ...— . . cases have ranged from clean tank system closures to 9 Y complex groundwater remediation projects in semi- •, .=• `, 01, '1 1 consolidated lithologies and/or with off-site groundwater impact/commingling issues. ._: . '- ^!-�' " » 4 Successful consulting for 7-Eleven has required an in depth understanding of their business. With CB&I's help, °�''� the 7-Eleven environmental program has evolved over •„ ► . •,o -' the last 20 years into a very prescriptive, process-oriented approach to environmental management. The 7-Eleven _ .:!.4;:e- ".. ~---. environmental program is generally regarded as the one R of the most successful programs for moving projects to .. Y,� 'fv.i j ■ .,, closure in the retail petroleum industry. • „$. , -. , . ' *+. !pr. I . uftm1s •I 0 ,,, .•. r _____________ 1 :: i_______________ 1 i I .. G ' --- -! _f_, ' ; r .tl /011°111° ,44--"''''' ---'..711111/111. '.." "'If Ti ,.__ ..,. , !i ti ila 25-FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a. CB&I Environmental & Infrastructure, Inc. Miami Lakes, FL Environmental Services-Prime STANDARD FORM 330(6/2004)PAGE F-4 01C082014W City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 7 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED City of Doral, Florida Environmental Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 -Ongoing N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Doral Dulce Pantaleon 305-593-6740 x6010 dulce.pantaleoncitvofdoral.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope.size.and cost) CB&I serves as a subconsultant to Hardesty& Hannover future projects. for the City of Doral Professional Architectural and Engineer Services contract from 2011 -2014. During that time CB&I has performed the following Task Orders: Zoning Analysis CB&I conducted an evaluation and analysis of the Town of Medley's Zoning Ordinance relating to landfills and waste facilities. The analysis included a review of potential future development and additional solid waste facilities and potential impacts to the City of Doral. Analysis of City-Wide Composting Program CB&I conducted an analysis of a proposed composting program for the City of Doral. The analysis included a review of technology, waste stream assessment, regulatory review, process and methodologies, infrastructure, and financial feasibility. Odor Monitoring CB&I assisted with the evaluation of odors that have been experienced and reported by residents. CB&I conducted initial site reconnaissance and then developed and implemented an Odor Monitoring Plan. During the implementation of the Plan, CB&I reviewed citizen odor complaints, developed a GIS-based tracking website for complaints, and conducted both routine and on-call field sampling. Based on data collected from weekly and on- call monitoring, a final report was developed. The report summarized the sampling findings and identified next steps to work with the identified sources of odor emitters. Sustainability Consulting CB&I is working with the City to develop a consumption baseline for energy, water, fuel, waste and GHG emissions. In addition, CB&I will categorize all sustainability projects completed to date, identify new sustainability projects that will reduce consumption for the City, and develop a tracking and measurement system for 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) 1 Role a. CB&I Environmental & Infrastructure, Inc. Miami Lakes, FL Environmental Services- Subcontractor STANDARD FORM 330(6/2004)PAGE F-5 01 C 082014W _ City of Miami Beach,Florida lik CB&l Environmental Sr.Infrastructure,Inc. 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 8 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED Dinner Key Vessel Exclusion Zone PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, Florida 2013-2014 2014 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Collin Worth, Special Projects Coordinator 305.416.1022 cworth(c miamigov.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope size.and cost) CB&I provided permitting, seagrass survey, and engineering services to the City of Miami in support of - their plan to create a vessel exclusion zone by installing a • - - ' series of eight regulatory vessel exclusion buoys with - auger anchors on the eastern side of the Dinner Key spoil ' • . , .. island, located in Biscayne Bay in Miami-Dade County. • t;, - , CB&I assisted the City by coordinating with Florida ‘, - - Department of Environmental Protection (FDEP), Florida ' ., Fish and Wildlife Conservation Commission (FWC), a Miami-Dade Department of Environmental Resource ■, Management(DERM), U.S. Army Corps of Engineers - .4S,.0,,,,e, (USACE)and U.S. Coast Guard (USCG)to obtain ve' necessary authorizations for construction of the project. ' ` ,- • • y j• • 9 \ As part of the permitting process, DERM requested a submerged aquatic vegetation (SAV)survey of the project - _--. ) area to determine seagrass species presence and - - - . - - relative cover within the proposed designated swim area. • ' _ - - - - CB&I completed the seagrass survey within the project - , ' area at Dinner Key in June 2013. Transect locations were - - - ° - - developed in ArcMap prior to field investigations and were NOM Legend; - oriented parallel to the proposed swim buoy line in an 1.Coordinates are in feet case¢onIna 13WSy Fctlaa Sfax Plane Cowdirate System, approximate west-east direction. East Zane,North Amarican Datum of ---Trarsc;s 1983 rwo t1. o ,e .Penal enr.%ograyny Provl0o4 by Mic:QOoIT, -lrret CB&I biologists assessed seagrass species and cover Cale 90.1Cecerstert2,2010. ire using the Braun-Blanquet index methodology, which is an effective method for surveying a large area of SAV by Dinner Key swim zone buoy locations and seagrass survey transects using a scale of numbers that are proportional to area covered by each species identified. The majority of the • investigation area was moderately to densely occupied , by seagrass. Three species of seagrass were identified \_ Thalassia testudinum (turtle grass), Halodule wrightii (shoal grass)and Syringodium filiforme(manatee grass). ;" .t \ :.r r ' • ":%.`,,,-, mil\•'-'; -s . \it Seagrass observed at a proposed buoy location. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a. CB&I Environmental & Infrastructure, Inc. Boca Raton, FL Environmental Services- Prime STANDARD FORM 330(6/2004)PAGE F-1 01C082014W City of Miami Beach,Florida CB&I Environmental BSc Infrastructure,Inc. 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 9 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED Marquesas Benthic Habitat Mapping Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Marquesas, Florida Keys, Florida 2008-2011 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Florida Fish And Wildlife Kathleen O'Keife 727.896.8626 Conservation Commission Kathleen.OKeife(cr�MyFWC.com (FWC), FWRI 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) all ground validation imagery. CB&I conducted a GIS-based image analysis and visual ' - interpretation of the color and texture pattern signatures using "heads-up" digitizing of orthorectified, high resolution, pan-sharpened color IKONOS satellite imagery. Image enhancement techniques like color band ' L subtraction and application of various filters were applied t„ l : to enhance deeper environments. The physical mapping { process was conducted using heads-up digitizing on a large screen LCD display equipped with a SmartBoard. :r `11F 1r. -_ _..... Delineations based on IKONOS satellite imagery. The Marquesas benthic habitat mapping project is part of the State of Florida Fish and Wildlife Conservation :V Commission's Fish and Wildlife Research Institute's (FWRI)southern Florida shallow-water coral ecosystem Mapping Implementation Plan (MIP). FWRI selected CB&I to map more than 1,300 km2 of benthic habitats that are essential for developing management strategies that balance the protection of these habitats with their use. Image enhancement techniques like color band From left to right,the pan-sharpened imagery,enhanced subtraction and application of various filters are applied to imagery,and the applied NOM classification scheme. the images that significantly improve mappable areas In situ field surveys of random point and transect especially in deeper environments. Habitats are mapped validation samples for each structure and cover type using"heads-up”digitizing of pan-sharpened color present, as well as GPS-integrated drop-video, were IKONOS satellite imagery by identifying color and texture used to generate the map. Spectral image analysis was patterns. also conducted within representative areas to assist in Map interpretations are based on a NOAA's classification the visual interpretation. The spectral analysis included a scheme for mapping shallow-water coral ecosystems of comparison between the spectral shifts and an analysis southern Florida (version 3.2). Benthic habitats are of the image histograms to assist in providing better delineated by three major attributes: biogeographic zones, discrimination of hardgrounds, substrate features, and geomorphological structure, and biological cover. benthic habitat. More than 1,300 km2 of various habitat Deliverables include a benthic habitat map in ESRI types were mapped, including extensive seagrass beds, Shapefile format, metadata using FGDC standards, and macroalgae fields, and barrier and patch reefs. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a. CB&I Environmental & Infrastructure, Inc. Boca Raton, FL Environmental Services-Prime STANDARD FORM 330(6/2004)PAGE F-5 01C082011W _,_ City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc 20.EXAMPLE PROJECT F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 10 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEARS COMPLETED City of Palm Bay; Sustainability Master Plan & EECBG PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Services 2009 -2013 N/A Palm Bay, Florida 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Palm Bay Sue Hann, City Manager 321.952.3411 hanns a(�Dbfl.oro 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Palm Bay identified the following goals for its EECS, CB&I developed a Sustainability 4 /'1 `` Master Plan and Energy which support both the EECBG Program and the ` �� Efficiency and Conservation community long-term goals: Strategy (EECS)for the City of • Create green jobs and a new green economy; Palm Bay. Working with the • Reduce GHG emissions while not affecting public City's EECBG steering ‘M) committee, CB&I was chosen to services. Palm Bay proposes to target the State of CeP facilitate the development of a Florida GHG emissions reduction goals as roadmap for energy established by Executive Order 07-126, which sets near-term GHG emission goals for state agencies at conservation based on sustainability goals and objectives, return on investment, available funding and a 10/o reduction from 2007 levels by 2012, 25/o by community value. 2017, and 40% by 2025; • The EECS and Master Plan scope of work included: Reduce municipal energy consumption and operating researching energy efficiency conservation project costs; opportunities; conducting energy scoping sessions and • Develop sustainable land use policies and codes; public forums; identifying potential funding sources to • Become a sustainability leader; lead by example. leverage available funds; prioritizing programs for inclusion in the EECS and Master Plan; and developing In addition, CB&I worked with the City to implement and submitting the final EECS to the US DOE. several projects identified in their Master Plan. These included: Municipal Energy Audits of 6 key buildings, a CB&I worked with the City of Palm Bay to develop an GHG Inventory for years 2009 and 2011 (meeting a 10% EECS designed to address all three aspects of the reduction goal), sustainable land use policies and codes, sustainability triple bottom line as defined by the design and implementation of a building automation International City/County Management Association systems for city hall, a sustainability website, and a 2013 (ICMA): Environment, Economy, and Social Equity. With update to the Master Plan project matrix. the triple bottom line as a guiding principle, Palm Bay's EECS aims to support the creation of a new green economy and focuses on measures that will reduce energy consumption and greenhouse gas (GHG) emissions, while optimizing the quality of services offered to the community. 25 FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)Firm Name (2)Firm Location(City and State) Role a. CB&I Environmental & Infrastructure, Inc. Miami Lakes, FL Environmental Services-Prime STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental&infrastructure,Inc. G. KEY PERSONNEL PARTICIPATION EXAMPLE PROJECTS 28.EXAMPLE PROJECT'S LIS-ED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT mple Projects Key'sectior below before completing table.Place"X"under project key n mber for participation in (From Section E,Block 12) (From Section E,Block 13) same or snider .le.) 1 2 3 4 5 6 7 8 9 10 Gordon Thomson, PE, D.CE Program Manager Neil Campbell. MS Senior Advisor ✓ ✓ ✓ Thomas J. Campbell, PE, D.CE Senior Advisor ✓ ✓ ✓ ✓ ✓ Valdes, PE : Senior Advisor Douglas Mann, PE, D.CE QA/QC Manager Senior Coastal Engineer Stacy Buck, MS Lead Marine Biologist ✓ ✓ ✓ ✓ ✓ Lauren Floyd, MS Senior Marine Biologist ✓ ✓ ✓ ✓ Kathryn Brown Marine Biologist ✓ ✓ ✓ Andrew Atchison Marine Biologist Brittany Bartlett, MS Marine Biologist ✓ Kendra Vorenkamp, MS Environmental Scientist ✓ Jason Whitman, PG, CHMM Contamination Assessment ✓ ✓ ✓ Scientist J. Kenny Brinson, PE Contamination Assessment ✓ ✓ ✓ Scientist Yudex Hasbun, P.E. Contamination Assessment ✓ Scientist Monika Ugrinska Contamination Assessment ✓ ✓ ✓ Scientist Joshua Blanco Contamination Assessment ✓ ✓ Scientist Brett Bohentin, MS Contamination Assessment Scientist Thomas Pierro, PE, D.CE Senior Coastal Engineer ✓ ✓ Scott Hicks, PE Senior Coastal Engineer David Swigler, PE Senior Coastal Engineer ✓ Michelle Pfeiffer, PE Coastal Engineer ✓ Tara Brenner, PG Coastal Engineer ✓ Michael Lowiec, PSM Lead Surveyor ✓ ✓ ✓ Jeffrey Andrews, PSM Vice President of Survey ✓ ✓ ✓ Quin Robertson, Ph.D. Project Geoscientist ✓ ✓ Christopher Walker, MS Surveyor STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT (Fill in"Example Projects Key"section below before completing table.Place X"under project key number for participation in (From Section E,Block 12) (From Section E,Block 13) same or similar role.) 1 2 3 4 5 6 7 8 9 10 Matthew Andrews Surveyor 1111111111MMIE1111 Benjamin Alcocer Surveyor 1 ••••••• Angela Belden Director GIS/CAD 1 •• Heather Vollmer, GISP GIS Analyst 1111111111111111111111111E Andrew Smith GIS Analyst 1 Gary Krystyniak CAD Analyst •••••••••■ Howard Nejib CAD Analyst MIIIIIIIIIIMMENIII Melany Larenas, PG Sustainability Planning Lead IIIIIIIIIIIIIIIIII Geologist Jordanna Rubin, LEED Sustainability Planning Consultant Beth Forrest-Vandera, Ph.D. Senior Geologist 1 ••••• Carrie Sonders Scientist ■ Elena Savona Sustainability Planning Consultant 29.EXAMPLE PROJECTS KEY NO. Title of Example Project(From Section F) NO. Title of Example Project(From Section F) Broward County Shore Protection Project 6 7-Eleven Alliance Program Broward County Segments I, II, & Ill, Florida Florida ,2 Manatee County Shore Protection Program 7 Environmental Consulting Services Manatee County, Florida City of Dora!, Florida I Collier County Beach Nourishment Project ` 8 Dinner Key Vessel Exclusion Zone Collier County, Florida Miami, Florida City of Miami Miscellaneous Environmental t Marquesas Benthic Habitat Mapping Project 4 Contract k 9 Marquesas, Florida Keys, Florida Miami, FL Florida Dept. of Transportation District 6— ! City of Palm Bay; Sustainability Master Plan & 5 Contamination Assessment& Remediation 10 EECBG Services Miami Dade and Monroe Counties , Palm Bay, Florida STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc H. ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. investigations, to engineering design, to complex y�r-6 Statement of on-site environmental engineering remedial projects �v $ across the nation. Our reputation among our 4, Qualifications expanding list of clients is exceptional, which is why II�� 89 percent of our current work is returning clients. Copany History CB&I's core values have remained constant CB&I m Environmental 8,r Infrastructure, Inc. (formerly throughout our history: honesty in decision-making, known as Shaw Environmental, Inc. and Coastal personal responsibility and accountability, and Planning & Engineering, Inc.) has the qualifications leadership by example with a strong emphasis on and experience the City of Miami Beach needs for safety. The quality of our services and ability to successful completion of its environmental services. provide innovative solutions to our clients has made Early in 2013, The Shaw Group Inc., was purchased us an industry leader. Our reputation derives from by CB&I. Founded in 1889 in Chicago, Illinois as our emphasis on client service and quality in Chicago Bridge & Iron Company, today's CB&I is execution of all tasks. one of the largest providers of a wide range of Personnel Resources services including design, engineering, construction, We have a well-balanced mix of scientists, fabrication, maintenance, and environmental engineers, construction experts, and project services. With a combined workforce of more than management professionals to provide superior 50,000 employees in more than 200 sales and service to our clients. Companywide, we have over operations offices around the world, CB&I provides 1,000 Professional Engineers, Professional reliable solutions while maintaining a relentless Geologists, and Hydrogeologists. In addition, we focus on safety and an uncompromising standard of have a staff of approximately 1,200 with other quality. A financially stable firm, CB&I had combined professional registrations and certifications. In annual revenues of over$11.1 billion Florida, we have almost 300 personnel devoted to Under our new parent firm, we continue as the bringing sustainable environmental solutions to our business segment of CB&I that focuses on clients. We have successfully completed thousands environmental protection and restoration and of projects in all geographic areas of our state. Our infrastructure growth. We provide full-scale employees' skills, combined with an approach environmental services for government and private based on ethical conduct, trust, and teamwork, sector clients, including permitting, assessment, contribute to the success of our projects. Through remediation, and restoration of contaminated sites, innovation and flexibility, we meet the needs of our emergency response, and disaster recovery. clients, as well as maintain our position at the leading edge of technology. CB&I has successfully completed thousands of environmental projects ranging from site Business Segments in the CBI Group Organization ,ii e I •--,:ipo .. t i 1110‘ , ,.. 1144,,, . • rt, , .,., A _ a ki--.-_,-- - 9,,,, _ is. ---,' 1-1-1- ,, ,,,, .... ,.„, -4 , i. ...a - ,, -.!r.ios Environmental& Power Energy and Chemical Fabrication Plant Services Infrastructure STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. Environmental Services General Environmental Services CB&I has the qualifications and experience to Environmental Assessments address the environmental services contained in the The CB&I Team offers comprehensive City of Miami Beach RFQ. Our firm offers a broad environmental planning services including range of comprehensive services and is unique in its environmental assessments (EAs) and ability to self-perform almost every element needed environmental impact statements (EISs). With to resolve our clients' environmental issues. extensive NEPA process experience, CB&I's multi- Subcontractors can be used when it becomes a cost disciplinary team understands how other associated advantage to the City or helps meet goals for use of statutory requirements—the Endangered Species minority and disadvantaged business enterprises. Act, National Historic Preservation Act, Clean Water Act, and Clean Air Act, apply to the project. Working In 2.1 Qualifications of Proposing Firm (Tab 2: closely with our clients, our team of scientists, Section F), we have included descriptions of our engineers, and planners has demonstrated a high experience in Environmental Services. Included are: level of competency in project formulation, environmental assessment/ remediation programs, implementation, and completion. Through our biological monitoring programs, mitigation design experience with various agencies, CB&I has and monitoring, natural resource mapping, developed a thorough familiarity with NEPA regulatory compliance and permitting services, and compliance guidelines adopted by various federal sustainability plans. CB&I's professionals carry a agencies and the Council on Environmental Quality wealth of knowledge, credentials, and technical (CEQ) regulations. We strive for close coordination experience that forms the basis of our team. and high levels of communication among the Resumes detailing our staff's educational involved parties, including: background, licensure, and relevant project experience are provided in section 2.2 • Lead and cooperating federal and state agencies Qualifications of Proposer's Team (Tab 2: • Project proponents and stakeholders Section E). • Consultants • Affected groups and individuals CB&I Offers Comprehensive Services Air/Noise Quality Greenhouse Emissions Inventories Architecture/Engineering Design Groundwater Impact Assessments Asbestos and Lead Abatement Habitat Management and Conservation Brownfields Redevelopment Habitat Mapping Carbon Management Strategies Hazardous Materials Storage/Handling/Disposal Chemical Registration and Defense Housing Management Combined Heat and Power Consulting Hydrologic Modeling Community Relations Inspection and Testing Conceptual,Process and Detailed Design Landfill Design/Monitoring Construction and Construction Management LEED upgrades/design Containment Systems NPDES Compliance Contamination Assessments Operations and Maintenance Decontamination/Decommissioning Petroleum Handling Demand Side Management Pollution Control and Process Engineering Design/Build Pollution Prevention/Waste Minimization Due Diligence RCRA,CERCLA and Superfund Projects Ecological Risk Assessment Project Management Emergency Planning and Response Property Management Emergency Response Recovery and Treatment Systems Emissions Control Strategic Environmental Management Energy Audits,Planning Regulatory Analysis,Strategy and Support Energy and Demand Reduction Programs Remedial Design/Remedial Action Energy Efficiency Evaluations Risk Assessment Engineering and Design Risk Communication/Management Environmental and Other Permitting Solid Waste Management Environmental Compliance/Permitting Spill Prevention Environmental Engineering Stormwater Management Plans Environmental Health and Safety Sustainability Services Environmental Information Management Systems Wastewater Management Environmental Management T&E Species Surveys and Studies Environmental Master Planning&Civil Design Wastewater Discharge Assessments Environmental Site Assessments and Studies Wetlands Delineation,Monitoring,Mitigation Excavation/Removal Wildlife Management Expert Witness Fixation/Stabilization STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc We strive for complete procedural compliance, and Air quality services include: the production of clear, readable, and defensible • Ambient Air Quality Meteorological Measurements NEPA documentation supported by a detailed • Air Emissions Inventories Air Toxics Health Risk administrative record. Our goal is to complete the Assessments NEPA process by responding to all public and • Air Permitting agency comments, reaching agreement on major • Air Pollution Control & Prevention/Waste Minimization points of conflict, and supporting the development of • Risk Management Planning Stack Emissions Testing a sound decision document. • Air Impact Modeling Assessments In support of developing NEPA documentation, • Leak Detection CB&I provides the following NEPA Planning Services: • Indoor Air Quality Assessments • Biological Resource Inventory and Assessment • Cultural Resource Inventory and Assessment Water Quality Services CB&I is a worldwide leader in developing solutions • Geological and Water Resource Assessment to water quality issues, water and wastewater • Air Quality Assessment treatment, and groundwater assessment and • Human Environment remediation. Our cutting-edge water treatment • Public Outreach technologies developed in our in-house technology laboratories are designed to reduce total waste CB&I has extensive experience managing public treatment costs while providing greater treatment involvement during the NEPA process -from placing consistency and a smaller footprint. We have also advertisements for streamlined EAs, to planning built a reputation for providing erosion and sediment logistics for and facilitating public meetings and control services including developing innovative, comment response activities as part of large, cost-effective approaches for stormwater treatment. complex, and controversial EISs. We recognize that communication and collaboration are essential Environmental Sustainability Planning Services elements of a successful project, and we recognize CB&I is a leader in providing sustainability services the value of supporting environmental projects using to governmental and private business clients, professionals skilled in communicating with assisting those clients to be good neighbors and agencies, organizations, and the public; identifying responsible stewards of their resources while public issues and concerns; and translating those meeting their business objectives. Our sustainability issues and concerns into information meaningful for solutions have focused on many areas, including: planning and decision making. • Sustainable program development • Pollution prevention Air Quality Services • Waste minimization Nearly 35 years ago, CB&I assisted in the • Clean and renewable energy development of procedures for compliance with the Clean Air Act (CAA) of 1970. Today, we maintain our position as a leader in air quality improvement through in-house research and development of new measurement, detection, and treatment techniques. _. CB&I's integrated approach to air quality includes t incorporating each client's specific business goals into long-term plans for meeting evolving air quality requirements. Our team of highly-qualified and experienced air quality engineers, scientists, and .- --• { technicians are dedicated to providing our clients with quality, cost-effective services and solutions. :1111.111111,• STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CBI Environmental&Infrastructure,Inc. • Design and development 9 � • Climate change/greenhouse gas emission reduction ti Regulatory Compliance Support k' '��_ • CB&I has significant experience in developing _ t A jam.. T regulatory compliance programs. We have _ . prepared extensive audit protocols and manuals, established comprehensive sampling and Ar " ` monitoring programs, developed compliance '''� ''' ": `��.• tracking systems, provided web-based regulatory 7 resource services, and conducted hundreds of P ermit compliance assessments. ;,w et • Environmental and Coastal Permitting Essential Fish Habitat (EFH) assessments in Prepare Permit Applications support of the Magnuson-Stevens Fishery Our biologists, engineers and geologists work Conservation and Management Act. When projects together to guide our clients through the permitting will result in unavoidable impacts to natural process based on a thorough understanding of resources, we conduct Uniform Mitigation current regulations and environmental resource Assessment Methodology (UMAM) evaluations to concerns. Due to our coastal project expertise, our determine the amount of mitigation appropriate to permitting strength is in the joint-coastal permitting offset those impacts. Our biologists are currently (JCP) process. Our staff also has extensive working with FDEP as part of the UMAM coastal experience in the environmental resource permitting and benthic working group to refine this process (ERP) process, giving us flexibility to provide with specific attention to seagrass, hardbottom and permitting expertise for a variety of projects. We coral reef resources. We routinely develop permit- understand the intricacies of state and federal required coral and seagrass monitoring, permitting and we value our strong working transplantation and mitigation plans in close relationship with regulatory agency staff, which we coordination with FDEP and NMFS. have established through years of coordination and mutual professional respect. Our experience allows Agency Coordination us to anticipate the specific needs of the agencies Our biologists are highly respected within the and to address these needs by providing the scientific community and are dedicated to habitat environmental data upfront in order to expedite the conservation. The approach that we take in permitting process. providing environmental services for each individual project starts with early coordination with clients and Prepare Supporting Environmental Documents agencies to provide baseline data and CB&I routinely prepares supporting environmental environmental documents (including NEPA documentation to obtain local, State and Federal documents) to facilitate and often expedite the permits. Our team has been professionally trained in permitting process. the implementation of the National Environmental Policy Act (NEPA), and has prepared numerous Dune Planting and Management Environmental Impact Statements (EIS) and CB&I develops dune planting plans and provides Environmental Assessments (EA)for both the U.S. management and oversight of dune planting Army Corps of Engineers (USACE) and Bureau of projects as part of our comprehensive coastal Ocean Energy Management (BOEM). CB&I protection and restoration services. We integrate biologists routinely prepare Biological Assessments dune planting into routine beach nourishment in support of ESA Section 7 Consultation with U.S. projects, and construct dune restoration projects as Fish and Wildlife Service (USFWS)and NOAA emergency response measures and as additional National Marine Fisheries Service (NMFS), and protection against erosion. We develop dune STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. vegetation designs to aid in the protection of existing dunes, trap windblown sand and encourage �" natural building of dune areas. Our engineers and biologists work with the client and contractor to ,, n ., ' ile•it i determine the types and quantities of plants to be placed, incorporating native plant species with ,- • proven success in project areas. We work with .. clients to develop a quality assurance plan and y '~ 4 inspection forms for use by the inspector and ' . contractor. After completing the design and "` . obtaining permits, CB&I prepares final plans and 9P p P P . i A /', - specifications, and assist clients with the bidding - 0 ` . - - process and contractor selection. CB&I also manages the construction phase of dune projects by . - coordinating meetings, distributing construction - A -y notices to all effected properties, updating maps and ', +.. plant quantities, conducting observations of vegetation and installation, approving positioning of Soil & Groundwater Remediation the vegetation and information signs, reviewing CB&I has moved millions of cubic yards (cy) of contractor invoices, providing recommendations for earth, much of it involving contaminants such as: payment, and various closing tasks once • Heavy metals construction is completed. We are currently • Polychlorinated biphenyls (PCBs) completing a dune vegetation feasibility plan for a • Caustics and acids client on Florida's Gulf Coast, and assisting them with coordination with local residents and volunteer • Organics groups in order to maximize the extent of the dune • Petroleum hydrocarbons restoration along the island's coast. • Radioactive compounds • Unexploded ordnance and munitions Contamination Assessment • Medical wastes Groundwater Sampling and Analysis • Sediments and sludges CB&I performed thousands of sampling events for purposes of flow measurement and characterization CB&I's extensive heavy equipment inventory of groundwater quality at various municipal, enables us to self-perform excavation and government, commercial, and industrial facilities. earthmoving projects cost effectively. Deep We conduct sampling manually, as well as excavations can be facilitated through the use of automatically, through the use of portable samplers sheeting or benching as needed. and by installation of permanent, fully-automated systems. Energy Conservation; New Energy Regulatory Compliance Sources CB&I has significant experience in developing stormwater, wastewater, and groundwater CB&I provides full service sustainability consulting regulatory compliance programs. We have and energy engineering services to municipalities prepared extensive audit protocols and manuals, and the private sector throughout the country. We established comprehensive sampling and have worked with municipalities first starting to monitoring programs, developed compliance develop their sustainability goals, to those that have tracking systems, provided web-based regulatory already developed a program but want to further resource services, and conducted hundreds of expand its initiatives. We have over 15 years of permit compliance assessments. experience working with Florida municipalities, successfully developing sustainability strategies, energy programs, and managing GHG emission. STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc Our team includes Certified Energy Managers CB&I coastal survey capabilities include: (CEM), LEED accredited professionals, Envision sustainable professionals (ENV SP), Project • Habitat mapping and characterization Management Professionals (PMP), and GHG • Dune vegetation assessments reduction specialists. • Seagrass transplantation and monitoring • Coral reef/hardbottom restoration and monitoring We offer our clients a range of services within five • Artificial reef design and monitoring specific program areas: 1. Sustainability program design and • Benthic community surveys implementation • Fish census 2. Energy efficiency and renewables 431886.35.1136.1SQ. - ; )te7.497 3. Green Design and Development/ Green 4 e6,13/e3 Remediation Longboat Key. Nit tion Tfae .zero ?tons tO 4. Carbon Management Coquina Doubl r f"$- 5. Resiliency Planning and Climate Adaptation .,. . s • CB&I brings a wide range of services and prior ° f s program knowledge to tailor our services to each • client's unique needs, creating lasting value for each ,..: -AV • '.. community and their environment. ..", Coastal Surveys CB&I routinely conducts a wide range of coastal Seagrass Surveys surveys in support of project design, permitting and We have performed multiple seagrass surveys in post-construction monitoring phases. association with coastal projects such as nourishment, navigation channel dredging, pier We regularly design and implement biological construction, marina development and boat ramp monitoring programs to detect potential project- construction and reconstruction. We conduct an related impacts to natural resources using historic aerial analysis of a project location to initially data when available, firsthand knowledge of the determine the potential extent of seagrass resources and statistically robust sampling designs. resources prior to in situ investigations and We have also developed multiple mitigation assessments. During the in situ portion of a programs based on project and location-specific seagrass survey, we typically employ the Braun- needs, and monitored these efforts to determine Blanquet index methodology, which allows us to functional success of the mitigation once in place. quickly survey a large area of seagrass by using a Our biologists undergo training in industry- scale of numbers that are proportional to area established data collection and monitoring covered by each species identified. These data methodologies in order to accurately identify and provide species-specific abundance and distribution classify biota and habitat types. In addition to data, which can then be analyzed for potential program design and implementation, our biologists project-related community changes or as a tool for conduct statistical analyses on the data collected in mitigation planning. order to report results in a clear and concise manner to our clients and regulatory agencies. Our team of Benthic Surveys divers (biologists, engineers, geologists and In 2004, our industry-leading professionals surveyors) is highly skilled and specifically trained in developed an alternative benthic biological scientific data collection. Our firm is an assessment method specifically geared toward organizational member of the American Academy of marginal reefs. Marginal reefs characterize the Underwater Sciences (AAUS); thus, we enforce the majority of the hardbottom and reef resources in highest level of safe-diving practices. south Florida. These resources are not coral- STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. dominated, and therefore our biologists developed a geographic mapping surveys of natural resources. more appropriate means for assessing and This ensures accurate location data representing monitoring this habitat. The Benthic Ecological specific habitat resources that can be transformed Assessment for Marginal Reefs (BEAMR) into high-quality mapping deliverables. In the field, a methodology is now considered an industry surveyor is always on site when collecting location standard and is recognized by state and federal data, including resource (hardbottom, seagrass, agencies for resource characterization and project wetlands, etc.) mapping and sampling site effects determinations. coordinates. This data is further verified by our in- house Professional Surveyor and Mappers. We Fish Surveys utilize Real Time Kinematics (RTK) and Differential We routinely conduct fish population assessments Geographic Positioning Systems (DGPS) integrated based on the methodologies described by Bohnsack with Hypack navigational software to capture exact and Bannerot (1986) and Bortone et al. (1989), location data and ensure repeatable investigations. including transect counts, stationary counts and Our biological knowledge of these resources timed swim (rover-diver) counts. provides the details of these habitats that the Listed (T&E) Species Surveys agencies and our clients need to make informed decisions. Our integrated team then works together Our marine biology team has developed a thorough using geospatial features in GIS to produce maps knowledge of the most up-to-date scientific and interactive GIS deliverables. Our GIS/CAD methodologies necessary for surveying federally Department provides state-of-the-art mapping and state listed threatened and endangered services in compliance with Federal Geographic species. We are experienced in conducting surveys Data Committee (FGDC) standards, as well as local, for the threatened coral species Acropora state and federal resource protection and cervicornis and A. palmate using the National management agency directives. Marine Fisheries Service (NMFS) recommended protocol, and we recently coordinated with NMFS to GIS/CAD ensure that the methods we employ meet their Our GIS/CAD Department provides state-of-the-art criteria for assessing habitats for coral species proposed for listing under the Endangered Species engineering drawings and mapping services in Act. We have also conducted assessments for sea compliance with local, state and federal resource turtle abundance and distribution using towed-diver, protection and management agency directives. The diver-scooter and opportunistic survey team is responsible for providing a wide range of methodologies. Our biologists are also recognized information management services and product by the Bureau of Ocean Energy Management support to all of our regional offices. These services (BOEM) and NMFS as Protected Species include GIS design and deployment, database Observers. design, web server applications, document and record management, mobile data collection support, Construction Monitoring map development/document creation, software In order to ensure Best Management Practices installs/updates, GIS training and user manual (BMPs), our biologists perform visual benthic creation. assessments during construction activities. These assessments include measuring and comparing Our team is experienced with the suite of Esri's GIS sediment levels, the health of corals and other products and supporting software applications benthic organisms, turbidity measurements, and including Oracle, MS SQL, Javascript API, Visual video-documentation. These practices are guided by Studio, Silverlight, FLEX, SDE, .NET, Access and thresholds to ensure impacts are minimized during Microsoft sync technology for wireless field construction activities. synchronization. Surveying and Mapping Services Coastal Engineering Our Marine Biology Department works very closely We have a team of 22 Coastal Engineers (including with our Survey and GIS Departments to provide 13 PEs) who are responsible for the study, planning STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. and design of beach restoration, artificial reef beach nourishment may require advanced design construction, inlet management plans, coastal techniques with numerical models. In such cases, structures and coastal erosion control projects. Their our engineers work with our biologists and have knowledge of beach and dune restoration, mitigative been very successful in designing modified projects reef design, cost estimates for artificial reef to provide upland structures some level of protection construction, the construction bidding process and without hardbottom impacts. Our biologists and other coastal projects contributes to a engineers work together to provide timely, cost- comprehensive knowledge from the permitting effective solutions that protect the natural resources phase to project completion. In locations where of marine and coastal ecosystems. nearshore hardbottom resources are known to exist, I. AUTHORIZED REPRESENTATIVE THE FOREGOING IS A STATEMENT OF FACTS. 31.SIGNATUR 32.NAME AND TITLE 33.DATE kr1114-0-Y1 Gordon Thomson, Director Coastal 12/1/2014 Engineering STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc. ARCHITECT - ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER(If any)RFQ 2014-346 PART II—GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(OR BRANCH OFFICE)NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER CB&I Environmental & Infrastructure, Inc. 2002 109515077 2b. STREET 5. OWNERSHIP 2481 NW Boca Raton Blvd. a. TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporation Boca Raton FL 33431 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE N/A Gordon Thomson, Manager Coastal Engineering 7. NAME OF FIRM(If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS CB&I Environmental & Infrastructure, 561-361-3147 Gordon.Thomson @cbi.corn Inc. 8a. FORMER FIRM NAME(S)(If any) 8b. YR.ESTABLISHED 8c. DUNS NUMBER Shaw Environmental&Infrastructure, Inc. 1926 028655181 IT Corporation 1889 072398084 Stone&Webster Inc. 068106400 OHM Corporation 027149355 Groundwater Technology, Inc. 042333281 EMCON Coastal Planning& Engineering, Inc. 1984 148090202 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b. Discipline c. No.of Employees a.Profile b. Experience c. Revenue Code (1) (2) Code Index Number FIRM BRANCH (See below) 2 Administrative _ 267 4 C07 Coastal Engineering 5 7 Biologist 40 5 C08 Codes,Standards,Ordinances 2 8 CADD Technician _ 31 2 C14 Conservations&Resource Management 4 11 Chemist 16 C15 Construction Management 4 15 Construction Inspector 81 C16 Construction Surveying 4 10 Chemical Engineer 21 D08 Dredging Studies&Design 5 12 Civil Engineer 61 2 E09 EIS Assessments or Statements 5 21 Electrical Engineer 7 El0 Environmental&Natural Resource Mapping 4 23 Environmental Engineer 57 5 El1 Environmental Planning 3 27 Foundation/Geotechnical Engineer 7 E12 Environmental Remediation 3 42 Mechanical Engineer 17 G04 GIS Development&Data Collection 3 62 Structural Engineer 9 H01 Harbors,jetties&piers 2 61 Value Engineer 10 H13 Hydrographic Surveying 3 24 Environmental Scientist 118 3 002 Oceanographic Engineering 4 50 Risk Assessor _ 4 R07 Remote Sensing 2 18 Cost Engineer/Estimator 15 30 Geologist 84 7 29 Geographic Information System Spec. 14 2 48 Project Manager 231 3 58 Technician/Analyst 456 5 Other Employees 450 13 Total 1,996 51 11. ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. Less than$100,000 6. $2 million to less than$5 million a. Federal Work 10 2. $100,000 to less than$250,000 7. $5 million to less than$10 million 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 10 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c. Total Work 10 5. $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATU b. DATE 10/28/2014 c. ME ND TITLE rdon Thomson, Manager Coastal Engineering AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004)PAGE 6 STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc. ARCHITECT - ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any)RFQ 2014-346 PART II—GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a.FIRM(OR BRANCIiOEF10ELNAME___ _ $YEAR ESTABLISHED 4.DUNS NUMBER CB&I Environmental & Infrastructure, Inc. 2002 111836644 2b.STREET 5.OWNERSHIP 14359 Commerce Way a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Miami Lakes FL 33016 b.SMALL BUSINESS STATUS 6a POINT OF CONTACT NAME AND TITLE N/A Neil Campbell 7 NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS CB&&I Environmental & Infrastructure, 305-818-2617 Neil.campbell @cbi.com Inc. 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER Shaw Environmental, Inc. 1926 028655181 IT Corporation 1889 072398084 Stone&Webster Inc. 068106400 OHM Corporation 027149355 Groundwater Technology, Inc. 042333281 EMCON 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b. Discipline c.No.of Employees a.Profile b.Experience c.Revenue Code (1) (2) Code Index Number FIRM BRANCH (See below) 2 Administrative 830 3 A04 Air Pollution Control 2 7 Biologist 102 2 C14 Conservation and Resource Management 2 8 CADD Technician 164 - C15 Construction Management 5 11 Chemist 85 - D04 Design-Build 6 15 Construction Inspector 221 7 E01 Ecological and Archaeological Invest. 4 10 Chemical Engineer 75 - E09 Environ.Impact Studies,Assessments or Statements 5 12 Civil Engineer 186 - E10 Environmental and Natural Resource Mapping 2 21 Electrical Engineer 55 - E12 Environmental Remediation 8 23 Environmental Engineer 148 2 G04 GIS Services,Development/Analysis,Data Collection 2 27 Foundation/Geotechnical Engineer 17 - H03 Hazardous,Radioactive Waste Remediation 6 42 Mechanical Engineer 90 1 103 Industrial Waste Treatment 5 62 Structural Engineer 34 - NO3 Nuclear Facilities;Nuclear Shielding 3 61 Value Engineer 27 - 003 Ordnance;Munitions;Special Weapons 6 24 Environmental Scientist 261 5 P02 Petroleum and Fuel(Storage and Distribution) 6 50 Risk Assessor 89 - P06 Planning(Site,Installation and Project) 1 18 Cost Engineer/Estimator 61 - R06 Resources Recovery;Recycling 4 30 Geologist 199 1 R11 Rivers;Canals;Waterways;Flood Control 3 29 Geographic Information System 31 - SO5 Soils and Geologic Studies;Foundations 6 48 Project Manager 503 7 S07 Solid Wastes;Incineration;Landfill 6 58 Technician/Analyst 1,871 10 W02 Water Resources;Hydrology;Ground Water 6 Other Employees 927 11 Includes personnel from St.Petersburg satellite office Total 5,850 48 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. Less than$100,000 6. $2 million to less than$5 million a.Federal Work 10 2. $100,000 to less than$250,000 7. $5 million to less than$10 million b.Non-Federal Work 10 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 10 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE 1�np September 2014 � C c.NAME AND TITLE Neil Campbell, Sr. Operations Manager AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004)PAGE 1 STANDARD FORM 330(6/2004)PART II City of Miami Beach,Florida CB&I Environmental be Infrastructure,Inc. ARCHITECT - ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any)RFQ 2014-346 PART II-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(OR BRANCH OFFICE)NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER CB&I Environmental & Infrastructure, Inc. 2002 04-347-6810 2b. STREET 5. OWNERSHIP 444 N. Wells St., Suite 602 a. TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporation Chicago IL 60654 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE N/A Thomas Quasius-Director, Energy Management and Sustainability 7. NAME OF FIRM(If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS CB&&I Environmental & Infrastructure, (312)499-3525 thomas.quasius @cbi.com Inc. 8a. FORMER FIRM NAME(S)(If any) 8b. YR.ESTABLISHED 8c. DUNS NUMBER Shaw Environmental,Inc. 1926 028655181 IT Corporation 1889 072398084 Stone&Webster Inc. 068106400 OHM Corporation 027149355 Groundwater Technology,Inc. 042333281 EMCON 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b. Discipline c. No.of Employees a.Profile b. Experience c. Revenue Code (1) (2) Code Index Number FIRM BRANCH (See below) 2 _Administrative 266 A04 Air Pollution Control 2 7 Biologist 36 C14 Conservation and Resource Management 3 8 CADD Technician 32 2 C15 Construction Management 5 11 Chemist 16 D04 Design-Build 6 • 15 Construction Inspector 95 E01 Ecological and Archaeological Invest. 4 10 Chemical Engineer 19 E09 Environ.Impact Studies,Assessments or Statements 5 12 Civil Engineer 64 3 E10 Environmental and Natural Resource Mapping 3 21 Electrical Engineer 5 E12 Environmental Remediation 8 23 Environmental Engineer 54 G04 GIS Services,Development/Analysis,Data Collection 2 27 Foundation/Geotechnical Engineer 7 H03 Hazardous,Radioactive Waste Remediation 6 42 Mechanical Engineer 14 1 103 Industrial Waste Treatment 5 62 Structural Engineer 10 NO3 Nuclear Facilities;Nuclear Shielding 3 61 Value Engineer 10 003 Ordnance;Munitions;Special Weapons 6 24 Environmental Scientist 116 P02 Petroleum and Fuel(Storage and Distribution) 6 50 Risk Assessor 2 P06 Planning(Site,Installation and Project) 1 • 18 Cost Engineer/Estimator 15 R06 Resources Recovery;Recycling 5 30 Geologist 88 R11 Rivers;Canals;Waterways;Flood Control 3 29 Geographic Information System 14 SO5 Soils and Geologic Studies;Foundations 6 48 Project Manager 218 3 S07 Solid Wastes;Incineration;Landfill 6 58 Technician/Analyst 515 4 W02 Water Resources;Hydrology;Ground Water 6 Other Employees 521 2 Total 2,117 15 11. ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. Less than$100,000 6. $2 million to less than$5 million a. Federal Work 10 2. $100,000 to less than$250,000 7. $5 million to less than$10 million b. Non-Federal Work 10 '3. $250,000 to less than$500,000 8. $10 million to less than$25 million 10 '4. $500,000 to less than$1 million 9. $25 million to less than$50 million c. Total Work 5. $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE /— ihnilif ) q,,,..ev-a.... October 2014 c. NAME AND TITLE Thomas J. Quasius - Director, Energy Management and Sustainability AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004)PAGE 1 STANDARD FORM 330(6/2004)PART II 1 • City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc. STANDARD FORM 330(6/2004)PART II ---...�.."�y�+ O }} yi '1''''''''4, t -741. ill Aii:T-1 10E11 elle .141:0:I..:111 ,. ,_ t ; - } its `� �, Err +4.re•;• t �.", ft's• •.,.t �'•..---:-.........--z�'"r 2,‘;,-- ,' t:-.4,-, .1i• kF�'��� t -a - ti „a .••. m is Aa .,.t.' w:r4 w " i § -.. , °-�-�r..._ry. ��u —• '.. 5 is �f r . + : a .----ti►.r w.�.. t f . �. . 4.4".. ~•I,� +r ". ... pit. , "osOi lr 4I A- `" i;' 1Tr r x pmeww�, ti nRf �: "' Y A w�`: R U P! tl t,rr•I ;'a w .`•' o 1 ? -- -..► 1. a �tM ^r 1 y •.:7.. .., R ■RIC'� w 1�'E Y }A_ :■.� •., , • _. ! /" . 'r'. �s :1 \� t ■:',Z,::= �'' \ u"'f.►- ' #�«. L'•• -• -r-i-a. Yom•• 1'.- '• . ,.r- --- .: � .. + - J'III a . -w,... Y• -t+f T rel.a.. ". .' . °'.,+„ 'ar..�.r.«+ar..........:ar +,•,."y.. .-..-�. �•,. - �•^ '+■�.., i:�� w►,. • rr �� A k4i. vV ti �aad • s °nFMeThodology Tab3 — A pp r ach ad . ... • Q CO u g n) 0 CL 0 0 LCI • -.1 f v t a 7 r t x f ,, 4 C le` -./1CO2014F , r,:-0• • . - .. s'!f's��v! ice. t;"i••-• "",.tX• ��►, �i.r..•�.• • City of Miami Beach,Florida CB&I Environmental bt Infrastructure,Inc. 3. Approach and Methodology Mission and Values While the CMS documents represent CB&I's baseline methodology for executing business and A discussion on the approach we take to projects projects, it is recognized that each project is must start with a discussion of our mission and unique in its own right as dictated by the contract values as this drives how we approach all of our and task specifics. We have the flexibility to clients and work. CB&I's mission is to provide document required changes and modify portions high quality professional services to meet our of the plan to address the scope of work, client's needs. Drawing upon 125 years of estimates, budgets and schedules. experience and the expertise of approximately 50,000 employees, CB&I provides reliable solutions while maintaining a relentless focus on safety and an uncompromising standard of quality. As a company and as individual employees, the CBI fundamental values that drive us are: • Safety- Nothing is more important to us than HSE (health, safety, and the Our commitment to safety is Processes highlighted by CB&I being awarded the "in es Green Cross for Safety for 2015 (previous Procedures Adam winners include Owens Corning, Exxon, Work Instructions Delta, and UPS). Tools .."°,.A:.. • Integrity-We strive to uphold the highest GarMYnes;�r �Ya,'Standa.d> ethical standards in all our worldwide Deliverables CieRwrabirt offices and operations. Specifications 1 Calculations: Drawings ; Reports • Excellence-We take great pride in the CMS Structure Hierarchy quality of our work, and it should show. Figure 1. Graphic showing CB&I's Management System(CMS) • Innovation -We constantly strive to find structure. ways to improve everything we do. Potential -We develop and support each CB&I follows a tiered structure of responsibility. • All employees are responsible for the quality of the other so that every employee can exceed work being performed and adherence to the their potential. budget. The Project Manager is responsible for • Accountability-We take our individual task orders and ensuring that the scope responsibilities seriously and we expect the of work is fulfilled on schedule and within budget. same of others. The Project Manager will interact with the City of Miami Beach's Task Manager on individual tasks CB&I Management System to implement the project. They ensure that the work is being performed within scope, schedule CB&I has developed the CB&I Management and budget to the satisfaction of the City of Miami System (CMS), which contains policies, Beach. The Project Managers report to the processes, procedures, work instructions, tools Program Manager. The Program Manager is and supporting documents describing the way responsible for overall coordination of numerous CB&I executes work activities (Figure 1). CMS tasks with the City of Miami Beach and ensuring represents CB&I's best work practices and is that the project managers have the resources to continually improving as the company pursues execute the work. The Program Manager is "Excellence In All We Do". This forms the basis ultimately responsible for ensuring that CB&I is for our Quality Assurance/Quality Control plan as it exceeding the City of Miami Beach's expectations covers all facets of a project from the proposal on all work products. Gordon Thomson will be the stage to final close-out of the project. r City of Miami Beach,Florida GB&I Environmental&Infrastructure,Inc Program Manager for this effort and the primary Shawtneeds responsive to 9 9 P ry Program project needs and adds Point of Contact for the City of Miami Beach. customer value through how work is done. Mr. Thomson will interact with City of Miami Beach Continuous Work Processes Support staff to assess initial project opportunities and Improvement convey CB&I's capabilities to perform the work. Planning Verification Mr. Thomson and the City Task Manager will then Satisfaction I Tech Admire develop and present to the City how CB&I will Performance ,� execute the work. The specific Project Manager Project work is broken will then be responsible for executing the project down into a series of discrete and inter-related processes and relaying project progress back to the City. Assessment Doug Mann, PE is our designated QA/QC FV012 0,92 coordinator. As the QA/QC coordinator, Mr. Mann provides the manpower and resources to meet will appoint personnel best qualified to perform an project independent QA/QC on technical scopes of work. objectives, CB&I's Project Level Quality Management Mr. Mann will perform a contract and budget schedules, System. review to make sure that all deliverables have been prepared on time and within budget. and budgets. CB&I has a vast history of project management Resource Management and Quality experience with this type of indefinite quantity task Assurance contract and is adept at applying the right project We have the resources in personnel, facilities, and management techniques to maximize the project equipment to meet the City's needs as outlined in execution efficiency and hold down costs. We the scope. initially develop the scope of work through discussions with the City Task Manager. The Quality is managed as an integral part of each overall intent of the project and background and project, starting at the initiation of a request of a history are discussed to determine what scope of services. CB&I management has the information resources are available. In multiple technical knowledge and industry experience to instances on similar types of contracts, we have been able to reduce scope and cost by reviewing data from previous reports and files already • ••+ available from the City. CB&I will review drawings, records, reports, laboratory data, sketches, or other file information before preparing the scope of r �r�• cwwse Mr..r+,.s`rrswrrs M1r. work. ,�� ._.,._.,._�.._.r_....�_...._�._. IMM. yrr,.. The project manager will assign, manage, and :-•- IMMIPIIMN�•�-;-�;••• oversee the field staff in the execution and �0 M1rr..•.�r..�ar..�rrr�.n. reporting of the work. The project team will complete the task on time and deliver the report w • � Mrrrr.�..wrrw..■■rr.WNW COY a.r..■■ •..rr.sr..10.r.+r.wrrr•. for the City's use before or on the agreed upon � "'"`� =�= ��"""� w.r•..M..•r raga.. deadline. CB&I understands the overall goal of -- • the City is to efficiently develop plans, execute the work, and provide value to the State of Florida. We are committed to providing a responsive CB&I develops clear Scopes of Work management and organizational structure, which for its projects. Here is the one for the mans g g LGCA CDV SJRWMD project. 1 City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc. detail the deliverables into the scope of work and phone, or through CB&I's emergency response incorporate the appropriate level of testing and line (800-537-9540). control to document compliance. Quality is built into every aspect of our work. We ensure E-mail/Internet Services compliance with procedures for sampling, CB&I uses Microsoft Outlook software for its in- monitoring, construction, cost tracking, and house e-mail system, which is compatible with the documentation. CB&I has a well-established City's e-mail system. Our system allows files as Quality Management Program that has been large as 15 megabytes to travel through e-mail. proven and enhanced on tens of thousands of CB&I personnel are equipped with Adobe Acrobat environmental projects in the last three decades. software so that they may create files for review Principal features of our program include: independent of the native software. They also Implementation of a corporate Quality have the capability of reducing file size for • Management Manual that establishes our transport through Microsoft WinZip utility. corporate policy and defines the procedures we Use of this technology allows a more expedient use to ensure the quality of our services and and thorough exchange of information, thus saving standard practices by which we operate. the City time and money. • Project level processes and procedures to ensure compliance with regulatory, client, and Progress Meetings and Status Reports company procedures. The CB&I Project Manager will communicate • Employee training and development programs project status and other issues with the City Task that promote self-actualization and help maintain the company's technical expertise. Manager on a frequent basis. The frequency is driven by the project and field activity and can be Communications as frequently as hourly during execution of critical Communication is a vital component of our field activities to weekly when project activity is contract management plan on an external and low. We have a clear understanding of the City's internal basis. Our communication system needs for project status updates and will continue facilitates effective project management, to exceed your expectations. especially during critical project execution periods. Formal contract status progress meetings may be CB&I's communication system is set up to allow scheduled at any time at the City's request. It for the necessary flexibility to manage changes in should be noted that CB&I's Project Managers are site conditions which can occur during field located close to the City of Miami Beach, allowing assessment activities or due to changing requirements from end users within the City. CB&I has built-in mechanisms for communicating with Availability and Communications Ensure the City on both an emergency and routine basis. CB&l's Responsiveness. Details of our communication plan are provided One phone call is all that the City needs to make below. to activate our CBS,/team. Our team is organized to provide clear lines of Gordon Thomson. our proposed Program authority, accountability, and accessibility. The Manager, can be reached by e-mail or phone in CB&I Program Manager, Gordon Thomson, will be office or in the field. the primary Point of Contact for receipt of work assignments and will be accessible to the City at Office. 561.361.3147 Mobile Phone: 561.400.7820 all times. Mr. Thomson can be contacted 24 hours a day at the CB&I Boca office, on his cellular City of Miami Beach,Florida CB&l Environmental&Infrastructure,Inc. CB&I has a database of GIS images covering the City's territory and has the capability to import shapefiles from the City's database. This reduces „, -'== drawing and report preparation time, but more ••°��" x importantly, it im the information being improves P 9 submitted to the City. This is just one more •••• �... example of how CB&I strives to improve every Prase En,rormenWi Sr*Assessment facet of communication we have with our clients. se t nq?rope!y s,���',177. .10,0ce CB&I also has full Microstation and AutoCAD .v+r�,a+s..w.n...rar.....•+w.. capability and can import these files for use in GIS 'a..FN.32r3x29 .�.., .�.. as well. IJ'r•MYr ArrN:tiw46u/ YMn9ImM�H„) .yy== To further assist the City, CB&I will provide electronic copies of all reports and relevant documents in a format compatible with the City's software—Adobe Acrobat, Microsoft Office, and 3s ArcView.Solutions NEM CB&i's comprehensive and organized reports Web Portal and FTP Site are easy to understand. Before the client reviews them, each report is edited and Due to the sometimes large analytical data and formatted and undergoes a peer review for geographic data files used in development of quality. reports and figures, file sharing can be us to meet with the City at any time to discuss challenging. We have successfully downloaded upcoming projects, work in progress, or project and uploaded files to share with the City Project closeout status. We value the opportunity to meet Manager through use of ftp (file transfer protocol) face-to-face on an informal basis to exchange web sites. This eliminates clogging up e-mail ideas and information, receive feedback, and accounts and placing even heavier burdens on e- streamline the contract administration process. mail exchange servers. We can use a City-hosted Our goal is to provide the highest level of service ftp site or a CB&I-hosted SharePoint site. In possible. Periodic QC meetings can also be addition, CB&I has used secure web portals to scheduled on an as-needed basis and at the City's post and exchange information on other contracts. request. Using Microsoft SharePoint Portal server technology, we can provide a web-based Documentation mechanism to seamlessly connect multiple users, Well-written documentation is a very important project teams, and data to enable CB&I and City element of our communication system. CB&I has staff to work more efficiently. over 30 years of experience preparing all types of environmental reports, documents, and permits for For example, we have successfully used Web- our Florida clients. This experience has enabled based portals to facilitate collaborative activities us to develop excellent reporting formats, which and project status review on contracts involving provide clear, concise data for the review and investigations and reporting on 3800 facilities approval by the regulatory community and your nationwide. For this client, CB&I simultaneously use. employed a staff of over 400 nationwide to conduct facility reviews, site visits, and reporting F City of Miami Beach,Florida CB6cl Environmental Sc Infrastructure,Inc. activities. The portal proved to be a great asset is fulfill the project's scope. This evaluation is based managing this extensive contract in an efficient on workload forecasts and employee utilization manner. rates. As a publicly traded company, we are required to provide quarterly forecasts of revenue, If the City desires, a CB&I web portal can be set which is based on projected workload. Monthly up specifically to allow continuous posting of files, workloads are forecast a year in advance and help reports, and status summaries for access by the us to project future workload and develop accurate City and the CB&I contract team. CB&I can project schedules. It also helps us determine our provide the City's Project Manager with password- staffing needs and ensure that we are adequately staffed to meet all of our clients' project schedules. protected access to the portal to enhance their Weekly, monthly and year to date employee management efficiency of the projects. The portal utilization rates are automatically distributed will serve as a warehouse of program information through our timesheet system. Again, this lets us including reports, maps, letters of authorization, evaluate staffing levels within different sections of invoices, and templates for the entire team. the firm and allocate resources as needed. The latest utilization report for the Boca Raton r __. - office states that our utilization rate is 80%. This suggests that approximately 20% of our staff is W available for your project. Given that 100% 4:02! utilization is not possible due to holidays, vacations and other administrative items, a more __ t, ,, 1,- ;T- accurate assessment is that we have 10-15% - ~'' capacity to allocate to the City. However, we are currently completing several large projects and expect additional resources to become available in �,r.- "" �� early 2015. Thus, 15-20% of our staff time can be ~- --- devoted to City of Miami Beach projects. Just as important as the general capacity of the _ firm is the capacity of the Program Manager and Several Web pages of CB81's ongoing portal Project Managers. Gordon Thomson will be the • for FDEP: The portal was created to support Program Manager and Civil/Coastal Engineering our current contract and provides a means of Project Manager. He has approximately 43% keeping the client up to date on our utilization for the year. Accounting for various assignments, share documents, and allows other administrative roles, he has approximately us to work together as a team. 30-40% availability projected for 2015. Table 1 Current Workload summarizes the availability of the project managers for individual sections. CB&I is proud of its history of maintaining long- term clients. As an example, the staff in Boca Table 1. Summary of Project Manager Availability Raton have been working with several clients, Project Manager Role Expected such as Manatee County and the City of Delray Availability Beach since the formation of the office in 1984. Gordon Thomson,PE,D.CE Civil/Coastal Engineering 30-40% Stacy Buck,MS Marine Biology 20-25% We have achieved this by ensuring that projects Jason Whitman,PG,CHMM Contamination Assessment 25-30% are completed on time and within budget. A key Michael Belden,PSM Surveying 20-25% p g y Angela Belden CAD/GIS 30-40% element of providing services is managing Melany Larenas,PG Sustainability Planning 15-20% Doug Mann,PE QA/QC 25-30% workload. Whenever CB&I pursues an RFQ, similar to the We are confident that we can support the City's one issued by the City of Miami Beach, we needs with current staffing levels. However, CB&I , evaluate whether we are adequately staffed to has a staff of over 50,000 and we can access r City of Miami Beach,Florida CB&I Environmental&Infrastructure,Inc these personnel quickly to address any staffing Our team is experienced with the suite of Esri's needs. CB&I also has a Human Resources GIS products and supporting software applications division that assists us with hiring qualified including Oracle, MS SQL, Javascript API, Visual personnel when needed. Studio, Silverlight, FLEX, SDE, .NET, Access and Microsoft sync technology for wireless field Other Facilities and Technological synchronization. We also have the capability to Capabilities develop plans in both AutoCAD and MicroStation. CB&I's office in Boca Raton has a geotechnical Sub-consultants lab that is certified by the Construction Materials Engineering Council and validated by the United CB&I does not intend to use sub-consultants to States Army Corps of Engineers. We have perform work anticipated under this contract. As capabilities to log and sample vibracores and grab illustrated throughout this proposal, CB&I is a full samples, including determining grain size, sorting, service company with in-house engineers, color, percent carbonate, and percent silt content geologists, biologists, surveyors, CAD/GIS of sediment samples. specialists, and scientists. The scope of work that CB&I can perform in-house without the use of sub- CB&I owns and operates hydrographic and consultants has been described in Tab 2 of this topographic survey equipment. Our survey proposal. vessels are equipped with survey grade digital sounders with hull mounted transducers, dynamic Should a sub-consultant be required, CB&I has motion compensation to correct for heave, pitch staff dedicated to sub-contracting efforts including and roll of the survey vessel, vector GPS systems, locating, vetting and contracting firms. We have a and RTK GPS system. The use of RTK GPS standing list of sub-consultants that the City of onboard the survey vessel provides centimeter- Miami Beach can quickly and efficiently access accurate positioning as well as real time water along with the ability to add new sub-consultants level (tide) corrections to every sounding collected. as needed. Again, CB&I's Management System RTK tides eliminate the problems associated with (CMS) contains protocols for adding sub- static tide gauges including wind driven water consultants to a project and fully integrating their levels, dynamic sea surface height, and inlet work into the scope, schedule and budget. The influences. Our surveyors can perform single goal is that the City of Miami Beach should not be beam and multi-beam hydrographic surveys along aware that some of the work is being performed by with seismic, sidescan sonar, and magnetometer a sub-consultant because the coordination is surveys. seemless. We have extensive experience with numerical Disadvantaged Business Enterprises modeling and regularly run state-of-the-art models (DBE) such as DELFT-3D, which can model waves, currents, sediment transport, and contaminants. As stated above, CB&I does not intend to use sub- Our GIS/CAD Department provides state-of-the-art consultants to perform anticipated work. However, engineering drawings and mapping services in CB&I has a strong history of seeking out DBE's to compliance with local, state and federal resource perform work when required and we pledge that protection and management agency directives. we will continue this effort should a sub-consultant The team is responsible for providing a wide range be required. of information management services and product Previous Work with City of Miami Beach support to all of our regional offices. These services include GIS design and deployment, CB&I has not performed any work with the City of database design, web server applications, Miami Beach in the last 3 years. We have document and record management, mobile data performed previous work with the City prior to this collection support, map development/document period and thus have experience working with the creation, software installs/updates, GIS training City and its various divisions. and user manual creation.