Loading...
Agreement with Stanley Consultants, Inc 1 • 0901 d‘9041 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND STANLEY CONSULTANTS, 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: STRUCTURAL 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 2 SCHEDULES: SCHEDULE A 29 SCHEDULE B 30 SCHEDULE C 32 ATTACHMENTS: ATTACHMENT A 33 ATTACHMENT B 34 ATTACHMENT C 35 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND STANLEY CONSULTANTS, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this 24 day of February , 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 STANLEY CONSULTANTS, INC., a IOWA corporation having its principal office at 8333 NW 53rd Street, Suite 450, Miami, FL. 33166 (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 STANLEY CONSULTANTS, 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 j urisdiction 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 Basi c Services. CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the P roject). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or 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 Docum ents. 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 Docum ents. 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 Articl e 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 P roject 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 Docum ents. 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 qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in 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 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 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 S cope 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 coordin ation 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 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 am ended). 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) shal I be in its sole and reason able 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 Agreem ent 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 Statement of Probable 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 proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to th e 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 B udget. 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 prepa ration of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). 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. N o 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 deem ed to exclude any document from Chapter 119, Florid a 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 Agreem ent 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 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 hereunde r. 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: STANLEY CONSULTANTS, INC. 8333 NW 53 Street, Suite 450 Miami, FL. 33166 Attn: John Downes, P.E. Tel: (786) 762-4116 Fax: (563)264-6600 Email: downesjohn @stanleygroup.com All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requ ested. 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 . be signed in their names by their duly authorized officers and principals, attested by tv'Hr respective witnesses and Cit Clerk on the day and year first hereinabove written. Attest �.�..‘‘"3��r 2 °v B�'4�����c CITY OF MIS; I —14C-7•' CITY LERK :• V000,0.... Sy.• / Ole 1111111.4 Ar Attest ��,o••``' �� 'S ''� CON ULTANTS, INC: Vs),3\n,.• .• ‘,11* 4/.■• G(4S 1 ' "s,' 1CORP ORATED: r 11 •� ,�.BL /. • . ! ►i i Signature/qe. F•. '� .. • c`na ' 'resident A. Rolw-fs •= &:�= le • Print Nam ' Print Nar . 1.es • FORM I LANGUAGE ••••••......•'&F ettl EXECUTICN 4%,/0 A 0, p. Date City Attorney SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND STANLEY CONSULTANTS, INC. CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: STANLEY CONSULTANTS, INC. 8333 NW 53 Street Suite 450 Miami, FL. 33166 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 * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault° of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$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(CE I) $103.50 Inspector(C El, Field or $ 94.88 Construction) 31 • SCHEDULE C APPROVED SUBCONSULTANTS SUBCONSULTANT: .r • No preapproved sub-consultants submitted with proposal • • • • • • • f -.h 32 • • • • 4z. • ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM = "• • • • • - f • • • • • • • 2i...fir . • •- 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 7 day of ,j4 2015. ATTEST: At i f R.fael . Granado Cit I Bic 1'1:��,Hip , -vine k1�'ayir j s�. ,04 AGENDA120151July1PROCURE y 014'• • • si T: 6nal Ar.,itectural and Engineering Services-Reso(Plan,Urban Design,Env Eng,Int Design,Structural Eng).do'i INCORP ORATED: ' • AII14,\•,. . APPROVED AS TO FORM&LANGUAGE. &FOR EXECUTION ao„hto 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 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 •artment Director Assistant City Manager City g er Al EC DM ) MT JL t 1 T:IAGEN' 90151July1PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Sum - (Plan, Urban Design, Env Eng, t Design,Structural Eng).docx MAM1BEACH AGENDA ITEM ` 7Z DATE 7-8-+s BMIAMI City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139, .miomibeachfl.gov C MMISSIO ./MEMORANDUM Commit TO: Mayor Philip Levine and Members of he City Com t 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 LOW (PLANNING&URBAN DESIGN) Wells 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#2014346-YG 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 I CUMMINS CEDERBERG, I 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& 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 Seri/ices Oniel Jose A Sabrina AGGREGATE (STRUCTURAL ENGINEERING) Toledo Ranking Perez Ranking Bagheri 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., Zyscovicti, 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:(AGENDA 120151July1PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Memo(Plan,Urban Design, Env Eng,Int Design,Structural Eng).docx • ■ • ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 34 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachH.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. 01: 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 f Miami Beach ADDENDUM NO.8 RFD 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• - - ■I=D' Denis 'Procurement 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, 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. 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 C1. 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. 013: 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. Also, please clarify whether subconsultants can, in their turn, use 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? 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 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: Staffs 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 an 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 forQuestion # 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 A/E 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, C1 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 wfregards 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": yusbelgonzalez(cr7miamibeachfl.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 I EDSA,INC. WILLIAM LANE ARCHITECTS 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 Y P P P Y 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 states 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? 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 1 -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 D-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. 44'I �?� le Denis " Procurement Director 14 PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 1 , 2014 15 erA MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIG-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# FAX# (PLEASE PRINT) E-MAIL.ADDRESS Yusbel Gonzalez Procurement -CRIB 305-673-7000 786-394-4073 vusbel17onza lez( miam'beach tl.Rov ext. 6230 CAUL MASTRA?A 12.0$5 f BAP-.1zzgtN1 Sn6 S(o.o'730 vmgsi',ra fcte vo55bcor. cow) FEe-JANDO Me-1 -Lc. Gt 1NE.t2t,06-11 -236-6-As 3P51-WW- - ICc( o- e rn dnut r .co - . P` `S Atm-tit-4 Act c 3D5 31ot 3p.00 3745 ati v ,&berlme!(okl d. fv` C' VI l FGA L'���`S c f Ali -�U1' CL�V� sc5 x"13 ici6) we'q C tC\.\All u e lA fk. c e.,j 3\--F\■ c-. � 305- e mcr..ccJ\c 41 c. .4 ibM c 7CP 3q5, 3a5• G15• MAR4c. t k- . 0 MAC-k:Tbw.C.114k_e__IAA twM,.•134104 n•Gum _ jvf] /44i771cIl G� � - G /� 1( D1401)114 0147 Aigzen4 AT/YeAe T 674 n �C`• 47S7-/ �i 6,i(1-77 be.0- 77P AF-dez 444 rdearazozzc behQr. c mi I (90 611 04 Dx.),6-4Q,G .260 3S11' Z1 sbez-51)it Cy L-P*r_d��r � 5� aL4 .64.02 �r3 c. Cr tr) MIAMIBEACH C ITT OF MIINI I BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL.ADDRESS /-Aatre--f ,A/Y/171264r=171" 305'. ' 74? (P. co, su {.c j�,S-436`i2 A/A-MC, 9 (�T �rrie�o @ WO '3• - cc ,� c.\ �,�- 1 2 3� ME-1-iC") tAFTER-- y ?JS 1)-zr S-4:11 ,jo r ?. "1' � 3av3 `�'� Duwo�Jo\kvL. 5k u C �w rvi Akt,7L /� r5 ism z f 7"-X0V''71 G 5. CI L./5/" �, C,receellf • RRI 61 361 56) sq! 4116 6-ofcon A 'ni M Gb- G �► Goroo4• ( m *on MIAMIBEACH CITY OF MIAMI B E AC H PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October I, 2014 TITLE: RFQ 20 14-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES N SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRLNT) E-MAIL ADDRESS Yusbel Gonzalez Procurement -CRIB 305-673-7000 786-394-4073 vusbel uonzalez(amiamibeachtl._wv ext. 6230 c S CE-N re AL /,rJ G *is)40-54431 63os)44i-s494 J vi//arecsa5rovo.ce-,,, ex 7362 faio/IJDic pcsoc-7 s- (eioe)5-Z6,- StZ`? 5 X00 jc,S0,1 jDLL,.-t‘cotietat Y ,(_j 0 "--+r? me-1- 24rr L 36- - -5-4) 7 - 3 0 Tem AlonS -.rl r' '? ' IkW CAA s ue,w -/12.3A 305- i01 •- (h /4A4 D E2 jekeetv,Acie7..e,(n4.;fire •eo»n 32.Cot g nit �i ( Kt tv.kt nMtcsctEFC.Ct pc- L-Ltf■Lv b1 Z Vacs C Nvf, tom r‘S ?3 -f CV n .n CA" 14204` PZnstvele__m arm �� 'p pJ S \Ce c 4-- B r ivic k AM R 5;y - vAlGac.G@ 09 Gc t. awn 3‘3 , /64- U iu d a-y'li c c t'Y ,.- MIAMIBEACH CITY OF MIAMI B EAC H PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 20 14-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRLNT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CM[B 305-673-7000 786-394-4073 vusbe ltzonzalezlii:miamib each fl._ov ext. 6230 6n r i -l-i a l &u, ling.;me r i 05 3oc-L- -a 3os-�,L-d3S) Ao c. ii 0 • G alpf i A o e_ -ZtQ.649erl 9 tie P/v, WrI 4 4n -/vo &cejI CGS-)7 p �� �.s- 7r C- LUvt4j � (4,.; 1 �Y�nLls►� ( OIt)1 os -111) A s 111A- r.Q-,n� 6--7 le-,151 —poz_66z s _... _3 e b� �6� 5 20_ f, Aoan Bactik i< -, use i ac .,(-,_.•5 Cccisk.6._A 3.=c)---kA-6233 i -• L. T2•v 1 t-1-Ar_e,v►•11•1 eei.Ett,Et.141 NI t •N4- o t/✓! \! (..-f,_.. . _...f,__ L 4u t 0.2-Lett A-, ` 2 c))!56')-/p,ii 3J�- sz)-i77, /leh •1 i x'`-56, d-LCi,„ 4erfc_, _el d7ti . c_0,:, 4+4644 /-11.3 " 1›,..,3 ci c 44 tes fty AT-v7 G1 t'C( tatrxeu4 FL •4 o8Q 0 MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET NAME COMPANY NAME (PLEASE PRINT) E-MAIL ADDRESS PHONE# FAX# -rho( S Asper . Otylu,rs 3-os t Spec .SO -Y S- Loyr 1a3— $S )61:zor,fiTeciy, 471-14`14- --)4i si,p4-44,;-,14- 0,ir:J. rC r ✓rl,WrG1l.►��1,0.-ts•agil / 11)`6. III S MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET (PARTICIPANTS ON THE 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 PRLNT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vusbelc2onzalezcimiamibeachil.2ov 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 6-7799 Ileana Gonzalez Robayna& Associates (305) 823-9316 Natalie Lockwood, Andrews& Newman (305)444-6454 Tom Decker Woltberg Alvarez &Partners r 305)666-5474 Victor Herrera NV5 (954)495-2112 Douglass Man CB&l 561.361.3148 MAMIBEACH 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) 599-6381 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 786.762.41 15 Mark URS Corporation (305) 262-7466 f•• • i • • _ , PRE-PROPOSAL MEEEETING SIGN_ -IN SHEET _ 3, 201.4 OCTOBER 1 3 1 • X16 ■ 1'‘ 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 PRLNT) E-MAIL ADDRESS , Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vusbeluonzalezt'«miamibeachrl.Rov ext. 6230 i ma c« 05 ) 1 n ��;JN'RLEzeU,,,r,yCt SAL_ El.:,a6,3CG1�1 1e7 z,,,,,,- E:<< _ i, ,cc, C; (; ' 'RYINL= r746,/,1rcy/46 c° 32Y, 767/ Z ,oe()? 1i �'X -f-it Aze'q 4/P k_C J t. _ ( s) erriE---3- e liPk . NET & s- 91, AL( 4v'L (.. c'S) 1,)0-c« • . Sc-Q.._.\-(-(_v1/4,,,. ... c:sEL ,,tiL.(c), 4 1111111k rt.(tz C � •:t rr.li�-L.L tiLO e A V1u11 •' Et FL'I ,/k,b,„,Q S0-2,-,, „ i I, StALf.Q- - UWXIff,2c c-a�.ons��. Tn,ycr�.( �5�311-I��� �s-3�Z-�a'� 0\2.GCLLecii-re- —S4o,r\-le_ 305 L{ka-24c.0 . b(001(__.t�dCe_@tio,MeL•cowl i r L- i `o o(L--A.7-- - A --a-,_ . 6 ci 7-11-6 v 11Z `6±— 0 MIAMIBEACH CITY OF M II y'I I BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECLA.LIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement.-CVIB 305-673-7000 786-394-4073 vusbelv.onzalezO miamibeachtl.g.ov ext. 6230 crn4 c!'r' Zifit;‘,.zat- 3o 3- I1- • )/Z ce �ow' !� ,^ ; MO Klet Ce 305- X73 - V?//7L'J5' e gL9l it Pt r f t'-t I 305 - 73er n1'de Z t/- nesse . LeI vote 7 s' c-ej.co iNukenn 1KarP I IGha C Uu'cc n t L —FiKi/tgovt Vpit�te r 3.5. &I S filZal6e. YvktCODIA ewAneal-01.4aVtIr cibcac4tcf Iv l°t • MIAMi B EAC H- CITY OF MIAtiII 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 vusbehlonzalez cL.miamibeachtl.uov ext. 6230 Lance Olsen Innovtec 352-459-1974 lanceainnovtec.com James Kahn Keith and Schnars, PA 954-776-1616 jkahn aksfla.com Sharman Ciddi EAC Consulting 305-264-2557 Torn Brzezinski WadeTrim 813-882-4373 tbrzezinkski(cc),wadetrim.com Jenny Alonso T.Y. Lin International 305-567-1888 Ext. 4034 Jennv.alonso a,tvlin.com Staci L. Bolinger Dunkelberger Engineering&Testing 561-494-7006 • slboliner iDterracon.com • William Craven Pure Technologies 407-408-7631 William.cravenapuretechltd.com Jennifer Priem GLE Associates 813-241-8350 ipriem0..gleassociates.com Judith A. Kemp Brindley Pieters & Associates 407-830-8700 . jkemppbpa-enuineers.com Helmut J. Mueller Mueller& Associates, LLC 305-600-9070 muellerandassociates@mail.com 3 MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRINT) PHONE# FAX# E-MAIL ADDRESS Ilker Uzun CPH Corp 305-274-4805 iuzunacphcopr.com Brenda Kimley-Horn 407-898-1511 Iraldy Martin LINTS Associates 305-443-2933 • imartin @livs.net Nadia E-Sciences (786) 517-2632 Rothie Franko OCI 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 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. 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, ti Alex Denis Procurement Director Page 1 of 1 J MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Micmi Beach,Florida 33139,wviw.miamibecchfl.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. ce1`i rel , ..e.rom!i��mm 'rV ens °rocurement Director Page 1ofl 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.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, 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, 1 ,L Alex Denis Procurement Director Page 1 of 1 MIAM1BEACH 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, I_ t 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. 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 YusbelGorizalez @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 Sicee - 41-V enis Procurement Director 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, 2014 @ 3:00 PM ISSUED BY: YUSBEL GONZALEZ, CPPB MIAMIBEACH Alex Denis, Director DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.74901 adenis @miamibeachfl.gov www.miamibeachfl.gov MIAMI 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 vas-needed basis. Each proposed contract shall be for a three(3) year contract term, 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 BEAC H 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 anmiamibeachfl.gov ; or facsimile: 786-394-4188. The Bid title/number 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 RFC 201 4-346- R 4 MIAMI BEACH 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: htto://librarv.municode.com/index.aspx?clientID=13097&state 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.miamibeachfl.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 IV\IAAA 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 2014-346-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 examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 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 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 RFO 21 -346- R 7 tv'\IAv 1BEACH 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 of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and 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 77717746-SR 8 MINA' 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. MODIFICATIONIWITHDRAWALS 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. 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 2. 4-346- R 10 MIAMI 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 BEACH 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://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortai?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). RFQ 2014-346-SR 13 AA t\/\( 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-QualitativeCriter.ia 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 Disadvantaged 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 STEP 2 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 Greater than$2,000,000 0 RFQ 2014-346-YG 14 IV AIAt\ ,I BEAC H 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 B 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. =7M-346-SR 15 APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit 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 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. 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.: - i 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 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. .. - - - - ,.: _ „ - ' =-- - • -- - _ _ --- - 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 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 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 1 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 1 J A ‘.1 _- ® Bid " F RFQ N 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: tt is important 'hate vendors who have received notification of this solicitation but have decided not to respond to Complete and submit the attached "Statement of Nod." The k Statement of No Bid" 'provides the City with information on how to improve the solicitatkri prod. Failure to submit a "Staternent of No Bid" may result in not being notified of future solicitations by theCity. 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 r 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 MIAMI BEACH Minimum Requirements & Specifications 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 Cl.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, ULI,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(GLASS) 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 (NAD83/90) 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 MIAMI BEACH Special Conditions 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 RFQ 2014-346-YG ppendix C 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 BEA: 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 • M I AM I BEAC INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required 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 mumrameur mw► RFQ 2014-346-YG Appendix E — Page 1 APPENDIX F MIAMI BEACH Sample Contract 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 Betich, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE :0X)00000( 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 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 XXX X FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING(A/E) SERVICES FOR THE XXXXXXXXXXXXXXXX XXXXXX)U(XXXU( 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 XXXXXXXXXXX having its principal office at XXXXXXXXXXXXX(X)U X)OO(XXXX)UCX(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 "XXXXXX )0000 00<" 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: XJCX • X;XXX)UCXXXX . 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 Consultant's negligent acts or errors or omissions in the performance of the work. 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 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, unlawful acts, negligent 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 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 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"j), 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. g) 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. g) 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. g) 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: 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: XXX XXXX)000 XXX)000X XXXXXXXXXXX)OOCX XXXXXXXXXXXXXXX Attn: XXXXXXXXXXX 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 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 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. 9) 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. 16.12.2 This Agreement is for the benefit of the parties only and it does not grant 9) 9 P Y 9 • 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. F:\atto\AGUR\AGREEMENT 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: XXXX Attest Signature/Secretary Signature/President Print Name Print Name . '_ • _ _ • , - — is j -• • -. —. -, - • • - • 4 1, - - i - , ,.. - — ... I , - r - -{•- _ V' - ` ! f - .. I f — - — .. — I . — ` • F _ _ • .. I - _- �t r' _ - -_r .2 - _ _ -c - _ _ _, .• • • • • . .. _ #. `_ .. • - - - — • • • .. — -' - • - - • SCHEDULE A - SCOPE OF SERVICES . . • • • • SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* $ 0.00 Design Services* $X)000000( Bidding and Award Services $)0X)UO(XXX Construction Administration** $)0000000( Reimbursable Allowance*** $XX)U(XXXX Historic Preservation Board /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 $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 Coordinator. Unused portions will not be paid to the Consultant. SCHEDULE C HOURLY BILLING RATE SCHEDULE • • SCHEDULE D • . ' • COSTRUCTION COST BUDGET -• ' • . . ..‘ . " . . . '. .•.,1.'. ''''..'.-I.,_,.:•. .:•_' "'.• : . ...'''. ti • • SCHEDULE E ` ;• s PROJECT SCHEDULE • • • ..f .. • • 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. ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 35 MIAMI BEACH ENGINEERING - STRUCTURAL Wi ka . . -,, ,� i i ` 'r C • i y s 'T�pE�� 4 0. 1 A Illr. i? I, No' -..-;...41t. 1 'Ai - m ew MOLL nu , ,.,r'( .,� ., 1 . ......--,....".,-., .............. N..... -- "---,..,. 1 Professional Architectural and Engineering Services in Specialized Categories on an "As-Needed-Basis" RFQ No. 2014-346-YG a t:. s It• er it. 10 .i► : li ilL..._, •Ao, , � P � mot;, rYd-Y ..: ` B u; ....4a.",#r: , 44 � . � ! - / •~'. `� . Due Date IlithAll December 2014 Stanley Consultants INC. I ENGINEERING STRUCTURAL 1 COVER LETTER & MINIMUM QUALIFICATIONS REQUIREMENTS December 2, 2014 Miami Beach Alex Denis, Director Department of Procurement 1700 Convention Center Drive Miami Beach, FL 33139 Subject: Statement of Qualifications—Group B, Structural Professional Architectural and Engineering Services in Specialized Categories on an"As-Needed-Basis", RFQ No.2014-346-YG Dear Members of the Selection Committee: Stanley Consultants, Inc. is pleased to present our qualifications for the above listed RFQ. Stanley Consultants has the experience and knowledge to assist the City of Miami Beach with projects relating to inspections, evaluations, design and/or construction services for the STRUCTURAL ENGINEERING,GROUP B: • Bridge Alternative& Feasibility Studies • Sign and Support Structures • Bridge Development Reports Signal Support Structures • Bridge Rehabilitation and Widening Retaining Walls • Box Culverts Coastal Engineering-Port Seawall Design/Repair • Major Concrete Girder Bridges Lock, Levee and Dam Design • Major Steel I-Girder and Box-Girder Bridges Structures Inspection Services • Major Curved Steel Girder Bridges Hydrologic/Hydraulic Analysis Stanley Consultants is a member-owned firm and is a worldwide provider of engineering, environmental, and construction services. Since 1913, the company has successfully completed more than 27,000 engagements in all 50 states, U.S. territories, and in 98 countries. Our offices in Miami, West Palm Beach, Sarasota, and Tampa provide the depth of resources and experience necessary to quickly respond to the City's needs. The Stanley Consultants' Team is comprised of well trained professionals that are fully qualified and possess the expertise that is required for Structural Engineering projects and services that will supplement your professional in-house staff. We will provide the City of Miami Beach with a dedicated team who are considered experts in their respective fields, and pride themselves on responsiveness and dedication to seeing the job done correctly the first time. We understand how to support your Project Manager and his or her staff in order to complete your important project(s). It is our goal to be your most responsive Engineering Consultant Team. John Downes, P.E., Project Principal, will serve as your Contract Manager and Contact Person. John has over 31 years of experience working with municipalities, Federal and State agencies that includes FDOT, SFWMD, FHWA and FDEP. John's main role will be to act as your advocate, and ensure that staffing and resources are available, to keep schedules and budgets on track, and quality services and deliverables are PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP IMP ENGINEERING STRUCTURAL 1 provided, as promised. John will also coordinate with various discipline task leads to accomplish your project scope as necessary. Our Project Manager, Predrag Milosavljevic, P.E., will be the primary contact with the City Project Manager and will be responsible for managing the technical aspects of the project and daily operation of our internal project team, including all subconsultants. Predrag possesses the managerial and the technical expertise required for this important assignment. Our quality assurance and quality control methodology is an important component of completing the City's projects successfully, within budget and schedule. Each assignment will have a QA/QC plan tailored to meet each Task Order specific needs. Senior staff, who will lead the QA/QC efforts, making certain the City's expectations are met and/or exceeded. The residents and staff of the City of Miami Beach can depend on our responsiveness and full dedication. You can rely on the Stanley Consultants Team to meet your quality, budget, and schedule expectations and to consistently deliver superior projects. We are committed to providing excellent public service and safety to all who live,work, and play in your vibrant,tropical, historic community. Stanley Consultants has reviewed Section 0220 - INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS, in the Request for Qualifications (RFQ), No. 2014-346-YG. Section 35, EXCEPTIONS TO RFQ, states for Proposers to indicate any exceptions of terms in the RFQ and offer alternatives. Below is Stanley Consultants' exceptions to the Sample Contract,found in Appendix F,of the RFQ: • 2.4 Insert "generally accepted industry" in the second line before "standard." • 2.7 "Time is of the essence" makes failure to meet schedule a breach of the agreement. • 2.8 Delete"its best" in the first line and replace with"reasonable." • 2.9 Contains redo/fee risks. The word "ensure" in the paragraph above 2.9.1 needs to be changed to "verify." • 9.4 The words"reuse and" need to be inserted before"modification" in the last line. • 11.1(a) The word "occurrence" needs to be changed to "claim" in the second line. 12.1 Remove "defend all" in the second line of the second paragraph; and in the sixth line, remove "and defend." • 12.2 Remove the entire first sentence; and in the fifth line, remove"or shares." The agent/representative authorized to sign and make representations on behalf of the company is the undersigned: John P. Downes, P. E., Manager Florida Operations 8333 NW 53rd Street, Suite 450 Miami, FL 33166 (786) 762-4116 office / (561) 309.6477 cell Stanley Consultants is in receipt of Addendums 1, 2, 3 and 4 issued by the City for this RFQ#2014-346-YG. Sincerely, John Downes, P.E. Project Principal and Manager, Florida Region Stanley Consultants,Inc•8333 NW 53rd Street,Suite 450,Miami,FL 33166/786.762.4116 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Consultants. SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB g ENGINEERING STRUCTURAL 1 TABLE OF CONTENTS TAB 1 — COVER LETTER & MINIMUM QUALIFICATIONS REQUIREMENTS 1.2 Response Certification, Questionnaire & Requirements Affidavit 1 1.3 Minimum Qualifications Requirements a. Florida Professional Licenses/Certifications 7 TAB 2 — EXPERIENCE & QUALIFICATIONS 2.1. Qualifications of Firm Firm's History 13 Firm's Capabilities & Experience 14 Relevant Experience & Proven Track Record 17 SF330 2.2. Qualifications of Proposer Team Organization Chart 19 Resumes 20 2.3 Financial Capacity 46 TAB 3 —APPROACH & METHODOLOGY Approach 47 Project Management-Techniques, Controls, Technologies 51 Innovative Concepts 53 Current Workload 55 Available Facilities/Office Locations 57 Available Technologies/ Resources 58 Disadvantaged Business Enterprise (DBE) Firms 61 ems,. ' . \--"N a = . r x. , a rte- PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 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 @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: Stanley Consultants, Inc. No of Years in Business: 101 No of Years in Business Locally: 28 No of Employees: 45 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: None FIRM PRIMARY ADDRESS(HEADQUARTERS): 225 Iowa Ave. CITY: Muscatine STATE: Iowa ZIP CODE: 52761 TELEPHONE NO.: 563-264-6600 TOLL FREE NO.: 800-553-9694 FAX NO.: 563-264-6658 FIRM LOCAL ADDRESS: 8333 N.W.53rd Street,Suite 450 CITY: Miami STATE: Florida ZIP CODE: 33166 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: John Downes,P.E. ACCOUNT REP TELEPHONE NO.: 786-762-4116 ACCOUNT REP TOLL FREE NO.: None ACCOUNT REP EMAIL: downesjohn @stanleygroup.com FEDERAL TAX IDENTIFICATION NO.: 42-1320758 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 proposer claiming a veteran owned business status? I YES x 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,ation or had a contract cancelled due to non- erformance by an •ublic sector agency? YES Q 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.Eth cs. 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 ' - • - -- S ! /. . . • 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? X 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? X YES NO 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 with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X 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 JD Addendum 1 JD Addendum 6 Addendum 11 JD Addendum 2 JD Addendum 7 Addendum 12 TD Addendum 3 Addendum 8 Addendum 13 JD Addendum 4 Addendum 9 Addendum 14 JD _ 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 QISCLAIMER 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 responsibili ty 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: John Downes Manager,Florida Operations Signature of Proposer's Authorized Representative: Date: \ Lk—. LJ State of FLORIDA ) On this I day of :('-IZ) ,204,personally appeared before me"Jc'iv r.-Do.,re5who County of A ) stated that she is the ikoi y . f�.'(t�1 26=1-hc'�. of ,•,' "5a corporation, and that the instrument was signed in behalf of the said .•orporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Not ry Public for the State;ofiFlorida," My Commission Expires: rr% PATRICIA A.GRINGERI i4 MY COMMISSION ti EE 111658 •-�� = EXPIRES:August 25,2015 ' ' ,or. Ii: Bonded Thru Notary Public Underwriters FQ 2014-346-YG Appendix A — Page 6 GROUP TAB B ENGINEERING STRUCTURAL 1 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS a. FLORIDA PROFESSIONAL LICENSES / CERTIFICATIONS Stanley Consultants, Inc. is licensed to perform engineering services in the State of Florida. We have the expertise, knowledge, and resources to provide the City of Miami Beach with exceptional civil engineering and project management services. State of • Boardof Professional Engineers Attests that g. Stanley Consultants, Inc ,k,'. FBPE is authorized under the provisions of Section 71.023,Florida Statutes, to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471, Florida Statutes. Expiration:2/28/2015 Audit No: 228201503333 Certificate of Authorization CA 197 Lib.No: 8 A list of the Stanley Consultants' Proposed Team Members is shown on the Table, below. A copy of each Team Member's License and/or Certification is included in this Section. Team Member FL License No Downes,John 47559 Gardner,George 62223 Huskey, Eric 56593 Kendrick,Cynthia 47633 Milosavljevic,Predrag 54961 Oben-Nyarko, Kwaku 77436 Olivier, Renaud 58127 Rainey, Don 40645 Santana, Luis 76363 Walansky, Paul 67151 A copy of Stanley Consultants, Inc. Business License for the State of Florida is shown on the following age. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES.IN Page 7 Stanley Consultants r SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" r � —0 i ENGINEERING STRUCTURAL State of Florida Department of State I certify from the records of this office that STANLEY CONSULTANTS,INC. is an Iowa corporation authorized to transact business in the State of Florida, qualified on April 15, 1986. The document number of this corporation is P09744. I further certify that said corporation has paid all fees due this office through December 31, 2014,that its most recent annual report/uniform business report was filed on January 2, 2014,and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Talkthassee,the Capital,this the Second day ofJanuary,2014 I67" 0#NA Secretary of State Authentication ID:CC4898037617 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed. https://efile.sunbiz.orglcertauthver.html PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 8 Ramey consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING STRUCTURAL 1 FLORIDA PROFESSIONAL ENGINEERING LICENSES State of Board of Professional Engineers Attests that John P. Downes, P.E. *1 ) $t is licensed as a Professional Engineerunder Chapter 471, Florida Statutes Expiration:2/28/2015 P.E.tic.No: Audit No: 228201521840 47559 tate :o Florida Board of Professional Engineers Attests that George G. Gardner,.PEE. ° FBPE : 4 is licensed as a Professional. ngineer under C hopter 471, Florida Statutes Expiration:2/28/2015 P.E.tic.No Audit No 228201511956 62223 • State of orl a Board of Professional Engineers Attests that Eric Edward Huskey, P.E. FBft. ti+M�+iu 1MC.i (R4 is licensed as a Professional ngineer under Chapter 471, Florida Statutes Expiration:2/28/2015 P.E.Lic.No: Audit No: 228201516200 56593 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 9 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP t TAB' :.,. ENGINEERING 1 State of Board of Professional Engineers Attests that Cynthia Jo Kendrick, P.E. FBPE Jr I y i(U kn$8,H N r.a 1 is licensed as a Professional ngineer under Chapter 471, Florida Statutes Expiration:2/28/2015 P.E.Lic.No: Audit No: 228201509717 47633 State of Florida Board of Professional = Engineers Attests that g Kwaku Oben-Nyarko, P.E. r _ FBRE •if is licensed as a Professional ngineer un er4-Chapter 471, Florida Statutes Expiration: 2/28/2015 P.E.Lic.No Audit No: 2282015340601 77436 State of Board of Professional Engineers Attests that Predrag Milosavljevic, P.E. FRET , 4 J is licensed as a Professional ngineer under Chapter 471, Florida Statutes Expiration:2/28/2015 P.E.Cm.No: Audit No: 228201507826 54961 ® PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 10 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING 1 State of on a Board of Professional Engineers Attests that Renaud Christopher Olivier, P.E. is licensed as a Professional g hap ter under Cha ter 471, Florida Statutes Expiration:2/28/2015 P.E.Lic.No: Audit No: 228201510115 58127 State of Board of Professional Engineers Attests that Donald Eugene Rainey, P.E. FbF't�. is licensed as a Professional ngineer under Chapter 471, Florida Statutes Expiration:2/28/2015 P.E.Lic.No: Audit No: 228201518122 40645 State of Board of Professional Engineers Attests that Luis. J,. Santana II, P.E. BRE .. is licensed as a Professional ngineer under,Chopter 471, Florida Statutes Expiration: 2/28/2015 P.E.Lic.No: Audit No: 2282015327441 76363 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 11 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP " TAB • ENGINEERING 1 CERTIFICATIONS State of Florida a Board of Professional Engineers Attests that Paul Thomas Walansky, P.E. FBPE for `ti' I-I ti,,,,11Ut•v.IIh. is licensed as a Professional ngineer under Chapter 471, Florida Statutes Expiration: 2/28/2015 P.E.Lic.No: Audit No: 228201510460 67151 _1 • \ '∎it(mouirotimilimilumninflu-t� i-'-11 . .6.- R: ( 111illflll nili(IIIiIl1 ini;JuWiliti ` - -.-...c..2, Er ci.tificAte of Tr _ .. , 7 e, , 'This cert fru that :, l I COURTNEY ARENA I ;- __ I c.`. • WETLAND IDENTIFICATION & DELINEATION , ;, 21is the 28'fi day ofiipi 2005 - C. This training hat bun hared in part on the VS finny Cor gin=Wedandr metneation Slfanna4 Technical ! �, ▪ 4Yport7-87-1(1987;Kaaua1 asprovidedforin the training material t£ewfopedin conjunction withSection 307(e)of 1 I - 1= i 'Water 4�raurtes hDevdapmentAct of 1990 for the'Wetlanderfineator Certrfiration Program It ^ i j ?hit her certifres that 40 4 YOftttianalhDevefopmrnt'fours have been awarded fnr mmp4tion of this aosasc l hnm.:a. ,.LiI�� 4� Iy� . - ' % .i 11; - - p runn -- ri5 - fllllltlltirtp „ Y�r Y - - - PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 12 Stanley Consultants.. SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS” Ta b 2 rn x m m z rn A c r 0 z Stanley Consultants ,NC. GROUP B ENGINEERING STRUCTURAL 2 EXPERIENCE & QUALIFICATIONS 2.1 QUALIFICATIONS OF FIRM FIRM'S HISTORY Stanley Consultants, Inc. is a multi-discipline professional service company which has grown over the past 100 years into a diversified organization with national and international offices. Our multi-disciplinary team of professionals provide services that include: Civil Environmental Electrical Structural Energy Management Mechanical Environmental Water Resources Permitting Marine/Coastal Wastewater Construction Services Our local office is located in Miami, Florida that provides reliable services and solutions, combining advanced technology. Our local office is supported by our Florida offices in West Palm Beach, Sarasota and Tampa, in addition to 17 offices across the United States. We maintain a staff of 45 members located in Florida, with a staff of 1,000 worldwide. YEARS ORGANIZATION BEEN IN BUSINESS 11111BISMARCX Stanley Consultants CELEBRATING Nitt111EAPOLIS BOISE O .•► has been providing CEDAR RAPID engineering consultant O 0 00•M+USCJ.TIN FGO WASHINGTON NGINEf RENG A BITTER WORLD SALT LAKECIT OMER DES MOMS O I services for over 100 AS VEGAS ST LOUIS years. We have the experience and PH00ENU( r knowledge to provide the City of Miami Beach with roadway planning, investigations, studies, AU JiN BATON{IOUGE design, and construction services. TAMPA SARASOTA• •WEST PALM 8FAC it •PA AMP COMPANY STABILITY One of Stanley Consultants' strongest assets is the stability of our senior management. Ms. Gayle Roberts, P.E., serves as the President of Stanley Consultants. Ms. Roberts has tirr been with the company for over 33 years. Gregs Thomopulos, has held the position of President and Chief Operating Officer for the past 27 years and currently ,ON A serves as the Chairman of the Board and CEO with Stanley Consultants. This trend of stability is seen across the rest WW1 of the firm's management structure. nod From left to right,Gregs Thomopulos, Chairman and CEO; Gayle Roberts,President;and Richard Stanley,former Chairman Emeritus,Stanley Consultants. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 13 Stanley Consultants,w SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING STRUCTURAL 2 YEARS ORGANIZATION BEEN IN BUSINESS UNDER ITS PRESENT BUSINESS NAME .. �. '¢." A^a .�f a,�� ..ms.;µ•.. f _ _ s. Stanley Consultants, Inc., a Stanley Group Company, traces its beginning to 1913, when Central States #' Engineering began its practice in Muscatine, Iowa. In , 1932, C. Maxwell Stanley joined the two-person firm and the firm was renamed Young and Stanley, Inc. The firm was growing and the company began to stretch geographically. In 1939, the firm's name changed to Stanley Engineering Company and was poised for a remarkable future. With rural electrification, state roads and highways, sanitary systems, and running water in demand, Max Stanley pioneered quality service methods for clients. These methods and the unique service practices were recorded in his book, The Consulting Engineer, published in 1961. It became the foremost source book for engineers and others in the consulting industry. Stanley Engineering Company was nationally recognized and entered the international field in 1956, opening an office in Monrovia, Liberia, in 1957. In 1966, the company name was changed to Stanley Consultants, Inc., to better reflect the growing number of services provided. Client needs exceeded pure engineering. Architects, economists, construction services managers, and planners were among the many new service providers. In 1984, Stanley Consultants expanded to the Southwest and in 1986, to the Southeast. The company continued to change, entering the environmental and design-build fields. Today, Stanley Consultants is a worldwide provider of engineering, environmental, energy, and construction services. Since 1913,the company has successfully completed more than 27,000 engagements in all 50 states, U.S.territories, and in 98 countries. FIRM'S CAPABILITIES & EXPERIENCE Our professional staff at Stanley Consultants has been meeting structural engineering needs for over 100 years. We have performed studies, inspections, design, and construction services for many structural projects throughout Florida. Our extensive experience with various types of structural engineering projects includes: • Bridge Development Reports • Signal Support Structures • Bridge Rehabilitation and Widening • Retaining Walls • Bridges • Port Seawalls • Box Culverts • Flood Control Structures • Transportation Related Structures • Storm and drainage structures • Cost Estimating • Pedestrian Bridges BRIDGE DESIGN. Stanley Consultants has completed diverse projects for interstate, primary, and secondary highways and bridges; expressway interchanges; urban streets, arterials, hydraulic structures and railroad bridges/facilities. Structural elements which have been a part of these projects include: PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 14 StanleyConuitants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP min B ENGINEERING STRUCTURAL 2 • Bridge Alternative& Feasibility Studies • Sign and Support Structures • Bridge Development Reports • Mast arms, Signal Support Structures • Streets and roadways,approaches • Bridge and street lighting • Major Curved Steel Girder Bridges • Hydrologic/Hydraulic Analysis • Major Concrete Girder Bridges • Permits and regulatory coordination • Environmental • Maintenance of traffic • Utility crossing • Sound Barrier Structures • Bridge Load Rating Stanley is experienced in different Project delivery methods: traditional design-bid-build and design-build. Our staff is use to quick response time to facilitate needs of owners and provide help to the contractors in the field. Our structural services include environmental 111 '� } i impacts due to bridge construction, hydraulic ,��, modeling assessing impacts of bridge ���, substructures on the bodies of water, approach roadway design and improvements, alignment Jiti studies and design, rights of way, easements, _ utility coordination, cost estimating, and construction services. We have the expertise to evaluate facilities and operations for compliance with environmental regulations. Our thorough knowledge of environmental regulations and extensive history of working with regulatory agencies allows us to 1-95 Widening at lndrio Road prepare and obtain permits, perform sampling and analysis plans, and prepare notifications. We have licensed water treatment plant operators on staff that will assist our engineers in developing programs to allow installation operators to obtain licenses. LOAD RATING. All bridge structures within the state system must be load rated. The load rating is performed following FDOT guidance (AASHTO LRFR—Load Resistance Factored Rating). Stanley Consultants has experience load rating the existing and new structures (under design). Also, we performed load ratings on the existing structures when special loads would need to be transport over a bridge. TRANSPORTATION RELATED STRUCTURES. ' i., "M YThe integral part of the bridge design are •; f,: x} miscellaneous structures like retaining walls -- alls `, .,G!., (permanent and temporary), sound barrier walls, I. mast arms and sign support structures. Our ›. viii structural design team recently completed project " ` -1. '� '~ - 1 -•o.* s in Broward County, 1-595 Design-Build for FDOT, District 4. On that project our design team was responsible for the design of miscellaneous � ' - ;eA', `_'' ,mex_ ...."^ d..... .. 4?x4,4 _x' - - US 41 Over Henderson Creek, Bridge Replacement PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 15 Stanley Consultants K SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" UZI ENGINEERING STRUCTURAL 2 structures including non-standard sign support structures, sound barriers, retaining walls, bulkhead walls with tie-back anchors, mast arms and span-wire structures. POST DESIGN SERVICES. Typically, our design and design-build projects transition in the construction phase where Stanley participates through post design services. Our goal in this phase is to as quickly as possible respond to all Requests for Information (RFIs), review shop drawings and assist in construction related issues. Weather we are required to clarify design or re-design/adjust portions of the structures, our staff is available to provide help and advice. INSPECTIONS. We routinely determine the condition and safety of these structures, and report on maintenance, needed repair, and recommended replacement. Our staff is well experienced with the FDOT Bridge Inspection programs and software systems, along with County and City requirements. We will leverage diverse project experience and our knowledge with local agency design and permitting requirements to produce successful projects under this contract. MARINE / COASTAL. Stanley Consultants has completed numerous studies and designs in recent years dealing with coastal engineering. Projects cover oceanography, coastal erosion, flooding, structural design and related problems in coastal areas. Elements of these engagements include wind and wave studies, shoreline erosion investigations,shoreline protection design, coastal flooding, littoral drift evaluations, port feasibility studies, port facilities design,and marina and other recreational boating facility designs. Assignments involve comprehensive and innovative design of all components for coastal facilities. Our staff members provide specific experience in related fields of hydrology, hydraulics, structural, and computer science. Stanley Consultants has a growing library of coastal engineering computer software to enhance the capabilities of our staff. Considerable experience has been gained through execution of projects throughout the world with numerous engagements located in the eastern United States. _ lipopmin FLOOD CONTROL STRUCTURES. Stanley Consultants has extensive experience in both - " ' µ "'� concrete and steel design for flood control • 4 structures including flood walls, locks gates and closure structures, utility crossings, and storm -_ ... drainage facilities, such as pump stations and dams. We also possess the necessary design and �= _ Xi} >' inspection experience to systematically categorize Ii. — .a. ,— ':_ . -- bridges and culverts. PUBLIC ACCESS FACILITIES. Stanley Consultants 7 has provided the design services for a variety of Punta Gorda Dam Construction, Charlotte County recreation and public access features. Projects range from multi-purpose paved pathways to boat ramps to prefabricated pedestrian bridges. Stanley Consultants has been instrumental in supporting the development of Standards and Guidelines used by the South Florida Water Management District for future projects. We will apply the same principals and expertise for the City of Miami Beach. PARKS AND RECREATIONS. Stanley Consultants has a diverse history with parks and sporting venues. From neighborhood parks to large scale major league baseball fields we have designed and performed construction phase services on numerous projects. Many of these recreational projects have included elements such as volleyball courts, basketball and multi-use courts, lighted tennis facilities, destinations PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 16 Stanley consultants- SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" r, 1, no B ENg ENGINEERING STRUCTURAL 2 play areas, parking, drainage features and other standard park elements. The professionals at Stanley Consultants are very familiar with today's recreational standards and know that today's successful parks include not only state of the art play surfaces, lighting and restroom facilities but amenities designed to meet budget requirements and long term maintenance considerations. EMERGENCY RESPONSE. Stanley Consultants has successfully completed emergency response to roadway, utilities, and bridge projects under construction. Our team is available immediately to assist the City with problematic infrastructure due to unforeseen conditions. We have the resources, not only in Florida, but Companywide to deploy our staff members to perform services, if an emergency may arise. The backbone of every complex design and construction projects is the Emergency Evacuation Plan to move residents living in Miami Beach to safety, in case of a hurricane or other natural disasters. Stanley Consultants knows that is important that a detailed and workable Emergency Plan be in place before any transportation facility construction starts, which identifies the primary routes for evacuation. Our number ONE concern is the safety and wellbeing of the citizens of Miami Beach. In 2013, the City of Miami Beach requested Stanley Consultants to assist in the management of a State of $ • , 4 "' , Emergency project of a 30" force main which ruptured and ,.,I _ spilled into the storm sewer and ultimately was discharging %" , v le into Biscayne Bay, during construction. Operations were ' "''r' `" • ii:Er done in conformance with the ICS command structure for ' i� t —_- - r " emergency management. We continually observed the site ,t M' w.. '' conditions, remedial actions by the contractor and conducted site safety inspections during the construction / .• _ ,,,E $ repair phase over a period of 14 days. Following, are ' - -•�-- = . ...� projects that continue to demonstrate our Team's ability to --,,, ' -� 2.;.. perform various types of civil engineering projects. Emergency Force Main Repair RELEVANT EXPERIENCE & PROVEN TRACK RECORD Stanley Consultants will provide the City of Miami Beach our hands-on experience with similar structural project work as described in the Request for Qualifications, No. 2014-346.YG. Our team members, respectively, have performed structural engineering duties for the services that are presented in the City's Scope of Work Required, Section C2. Demonstrated below are selected services from the City's Scope of Work and projects that correspond to each service that Stanley Consultants has proven relevant experience,which has included structural elements. Scope of Work Required Stanley Consultants Relevant Project Bridges Collier County–Golden Gate Bridge Assessment Coastal Engineering Vero Beach-Rip Rap Retaining Wall Load Rating 1 City of Wellington Cost Estimating SFWMD River of Grass O&M Cost Tool Transportation Related Structures Florida DOT District 4–1-595 Design-Build Highways,Streets;Parking Lots 1. Palm Beach County-Jog Road over C-51 Canal PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 17 Stanley Consultants.. SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP 8 ENGINEERING STRUCTURAL 2 Scope of Work Required,cont'd Stanley Consultants Relevant Project Recreation Facilities ✓ SFWMD Public Recreation Areas, STA 1 Rehabilitation SFWMD Structures Inspection Program Flood Studies City of Punta Gorda- Hendrickson Dam Inspections Stormwater Handling Facilities ✓ Northern Palm Beach County-Eastpointe Pump Station Structural Design,Special Structures ✓ Collier County-Gateway Triangle Stormwater Pump Station Testing and Inspection Service ✓ City of Margate Bridge Inspections and Repairs Water Supply,Treatment SFWMD C-43 Basin West Storage Reservoir ✓-Project Sheet included within this section Following, are projects that continue to demonstrate our Team's ability to perform various types of civil engineering projects. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 18 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 41, 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" - Group B — Engineering, Structural 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER September 19, 2014 RFQ No. 2014-346-YG B.ARCHITECT—ENGINEER POINT OF CONTACT 4. NAME AND TITLE John Downes, P.E./Project Manager and Primary Contact Person 5. NAME OF FIRM STANLEY CONSULTANTS, INC. 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS 786.762.4116 561.689.3003 downesjohn @stanleygroup.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) z >z o° 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT a <D a Stanley Consultants, Inc. 8333 NW 53`d Street Prime Engineering Consultant a. X Suite 450 Firm—Work Location Miami, FL 33166 and [X]CHECK IF BRANCH OFFICE 1641 Worthington Road,Suite 400 Prime Engineering Consultant b. X Stanley Consultants, Inc. West Palm Beach, FL 33409 and Firm [X]CHECK IF BRANCH OFFICE Stanley Consultants, Inc. 4910 Lakewood Ranch Blvd,#300 Prime Engineering Consultant c. X Sarasota, FL 34240 and Firm [X]CHECK IF BRANCH OFFICE Stanley Consultants, Inc. 1228 East 7th Avenue Prime Engineering Consultant d. X Tampa, FL 33605 Firm [X]CHECK IF BRANCH OFFICE e. f. g. h. Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 1.1 D.ORGANIZATIONAL CHART OF PROPOSED TEAM [X](Below) GROUP B - ENGINEERING STRUCTURAL ORGANIZATIONAL CHART IAMIBEAC PROJECT MANAGER Project Principal lib, John Downes,PE Project Manager QA/QC Predrag Milosavljevic,PE Paul Walansky,PE Structural Engineers Water Resources Don Rainey,PE Kwaku Oben-Nyarko,PE Eric Huskey,PE ._,. _.. . Luis Santana,PE Electrical Engineer George Gardner,PE Roadway/Drainage Engineers Renaud Olivier,PE Environmental/Permitting Cyndy Kendrick, PE Courtney Arena Hoi Wing Lai,El ..........j 1 Utilities Dan Hill Stanley Consultants INC As Task Orders are assigned, Stanley Consultants may add subconsultants for each specific task as necessary, which shall be approved by the City through the City Manager. Services may include surveying and/or geotechnical. I Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 1.2 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 EXPERIENCE COURTNEY ARENA Permitting and Environmental a. TOTAL b. WITH CURRENT FIRM 15 11 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants, Inc.,West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S., Nova Southeastern University, Marine Biology, 2005 B.S., University of North Carolina at Wilmington, Marine Biology, 1997 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member- National Association of Environmental Professionals (NAEP) / Member- Florida Association of Environmental Professionals (FAEP) / Board of Directors Vice President - Treasure Coast Chapter FAEP / Board of Directors, Treasure Coast Chapter Representative—FAEP 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Eastpointe Pump Station Design, North Palm Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Stanley Consultants provided design modifications and prepared bid documents for construction of a new 60,000 GPM pump station, concrete driveway and retaining wall. Services included all civil, structural, mechanical, and electrical engineering; instrumentation and controls. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT- Districtwide PD&E Support; Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Current (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist coordinated with FDOT to organize a workshop for ETAT members to review and comment on the EIS. Project Manager. Stanley Consultants served as the Department's Quality Control Team in reviewing the South Florida East Coast Railroad Transit Analysis (SFECRRTA) programaitc tiered EIS draft. This evaluation was for passenger use of new transit services over 100 miles between Miami and Jupiter, Florida. The Draft EIS was a combined FTA/FDOT structured document. By working together with FDOT and the consultant who authorized and approved the EIS, the DEIS was approved in eight weeks. Total Project Cost:$1.28 Million (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FRP Bridge Noise Study, Belle Grande, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for collecting existing noise level data, performed traffic counts and speed studies, and evaluated the bridge for noise reduction. A fiber reinforced polymer (FRP) deck bridge structure was recently installed in Belle Glade, Florida at SR 15 (Main Street/SR 80) over the Hillsboro Canal (L-14) at SR 15 Mile Post 0.260. The FDOT District Bridge Maintenance Unit removed the center span's open-grate steel deck and constructed the FRP bridge deck as a FHWA research project to evaluate the bridge deck's structural performance and noise reduction performance. This type of deck is under review for future use in noise sensitive areas including bascule bridges over the Intracoastal Waterway. The bridge is expected to be monitored for the next five years to assess the deck's performance over time. Total Project Cost:$20,683 (fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.1 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Phase 1 Intersection Capacity Improvements,Collier County, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist responsible for conducting the environmental analysis and preparing the PD&E reevaluation document. There are two primary elements to the project: Phase I -At-grade intersection compatible with a future Grade Separated Overpass (GSO). This phase included the design and permitting, drainage, utilities, and right-of-way of the ultimate at-grade intersection capacity improvements. In addition, under Phase I, the design accommodates the footprint of an ultimate GSO, including right-of-way being acquired, utilities being relocated, stormwater pond(s) in place, and outside curb lines in place. Phase IA -Resurfacing, Restoration and Rehabilitation (RRR)the intersection south.This phase consisted of RRR from the limits of Phase I to a distance of 3.219 miles. The resurfacing project includes conversion of the existing span wire signal system to mast arms at two intersections. In addition, striped and signed bike lanes are included throughout the project as well as bus stop enhancements,with bus bays and waiting pads with shelters. Total Project Cost:$2.3 Million (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CR-510 Final Design and Plan Preparation; Indian River County, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2010 (3) BRIEF DESCRIPTION(Brief scope,size.cost.etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Environmental Scientist responsible for wetland Environmental Resource Permitting (ERP) and field investigations for wetland impacts resulting from the project. The purpose of this project was to widen and reconstruct 3.25 miles of CR 510 (Wabasso Road) from CR 512 to 75th Ct. The existing two-lane rural roadway will be reconstructed to a four-lane divided suburban roadway and designed to accommodate an ultimate six-lane facility. Design elements include roadway, drainage, bridges, permitting, traffic control plans, utility adjustment plans, signing and pavement marking plans, signal plans, lighting plans, and landscape plans. This roadway reconstruction project will also necessitate horizontal and vertical geometry design elements, signing and pavement marking plans, contract document preparation, and cost estimates. Additional elements include: design of a three-span continuous cast-in- place concrete flat slab bridge on a 1,000 foot radius curve, with 60 degree skew; design of three single-span AASHTO girder bridge canal crossings; design of three box culverts; design of mast arm signal supports; canal relocation; bridge plans for three canal crossings; St. Johns River Water Management District and Sebastian River Water Control District permit applications; utility relocation; and storm water treatment areas designated and coordinated with adjacent development. Total Project Cost:$2,315,257(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.2 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 EXPERIENCE JOHN DOWNES, P.E. Project Principal a. TOTAL b. WITH CURRENT NFIRM 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants,Inc.,West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 16. EDUCATION(DEGREE AND SPECIALIZATION) B.A.,Trinity College, Dublin, Ireland,Civil Engineering, 1985 B.A.,Trinity College, Dublin, Ireland, Civil Engineering, 1985 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-Florida Engineering Society; Member- Florida Institute of Consulting Engineers; Former Member-Town of Jupiter Planning&Zoning Commission; Former Member-Palm Beach County Sports Commission. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Intersection Improvements;Confidential Client, Florida PROFESSIONAL SERVICES 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Principal responsible to the client for overseeing project management, budget and schedule control, client a. liaison, contract administration, and quality control/assurance. Stanley Consultants was responsible for developing intersection improvement alternatives and presenting them to the public.This involved coordinating data collection and public involvement assistance. The project is currently pending County approval of the recommended roundabout alternative. Total Project Cost:$175,711 (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sewer Spill Emergency Management Support; City of Miami PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Beach, Florida 2013 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Principal responsible to the client for overseeing project management, budget and schedule control, client liaison, contract administration, and quality control/assurance. During the construction of new water main in the b' City of Miami Beach the contractor's activities caused a pressure differential in a 30" wastewater force main which ruptured and spilled into the storm sewer and ultimately was discharging into Biscayne Bay. Stanley Consultants worked with the City's emergency management coordinator and various other Public Works and Environmental Resource Management staff in the preparation of a response plan, site safety plan and an Abnormal Event Notification Report which was forwarded to the State DEP offices. All operations were done in conformance with the ICS command structure for emergency management. Total Project Cost:$20,000.(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hood Road Improvements; Palm Beach County; Palm Beach PROFESSIONAL SERVICES Gardens, Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Principal responsible to the client for overseeing project management, budget and schedule control, client liaison, contract administration, and quality control/assurance. The intent of this project is to improve the capacity c. of the existing Hood Road project segment by roadway widening. Project capacity improvements will involve widening the existing one-mile long 2-lane Hood Road project segment to a 4-lane divided urban arterial from east of Florida's Turnpike to west of Central Boulevard. Improvements will include the addition of a 2-lane bridge over I- 95 adjacent to an existing 2-lane bridge. Other tasks include permitting, geotechnical investigation, drainage, utilities, and development of a right-of-way procurement map for the project corridor. Total Project Cost:$836,664 (fee) Professional Architectural.and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.3 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bridge Replacement;Collier County, Florida PROFESSIONAL SERVICES 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Project Principal and client services manager for replacement of 60-year old bridge and 1,000 feet of pavement milling and resurfacing.The existing bridge is a 45-foot long, two-lane slab bridge supported by timber piles and the geometry provides a substandard turning radius that results in continuing damage to the traffic barrier. The new bridge will be a 48-foot ConSpan structure. The replacement structure will be 74 feet wide to improve the turning radius. Total Project Cost:$165,096 (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jog Road Bridge Widening Over the C-51 Canal; Palm Beach PROFESSIONAL SERVICES County, Florida 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Project Principal. Improvements included milling/resurfacing and roadway and bridge widening to incorporate alignment modifications to Jog Road at SR 80, a one-half mile project to widen Jog Road bridge segment over the C- 51 Canal. Services included roadway widening, resurfacing, maintenance of traffic, drainage, permitting, signing & pavement marking,survey, photogrammetry and geotechnical investigation. Total Project Cost:$578,970 (fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.4 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 EXPERIENCE GEORGE GARDNER, P.E. Electrical Engineer a. TOTAL b. WITH CURRENT FIRM 28 13 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants,Inc., Muscatine, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S., Iowa State University, Electrical Engineering, 1986 Electrical Engineering,62223, Florida 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-Society of American Military Engineers. Minnesota Society of Professional Engineers: Certificate of Recognition for Iraq Reconstruction Master Planners Coalition Provisional Authority: Service Citation 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Countywide Miscellaneous Services PROFESSIONAL SERVICES CONSTRUCTION(If Collier County, Florida On-going Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Electrical Engineer responsible for electrical components on Task Orders for the Collier County As Needed Contract. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Drainage PS Storm Proofing and Fronting Protection;U.S.Army PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) COE,New Orleans District;Jefferson Parish, LA 2012 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm QA/QC Electrical Engineer responsible for providing quality assurance and quality control (QA/QC) review of the electrical and communications systems. Objectives of this project related to hurricane protection in south Louisiana, with the following priorities at the network of pump stations connected to above- and below-ground canals in and around New Orleans- Providing a safe haven for pump station operators and Storm proofing pump station buildings and equipment. Total Project Cost:$542,300(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NAVFAC EURAFSWA A-E Services IDIQ-Bahrain, Djibouti, UAE PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) and Egypt; NAVFAC Europe Africa Southwest Asia, DJ 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm QA/QC Electrical Engineer responsible for providing quality assurance and quality control (QA/QC) review of the electrical and communications systems. Stanley Consultants performed an overall drainage study for a new, undeveloped 400-acre expansion area and an existing 100-acre built-up area at Camp Lemonnier, Djibouti. These areas of the installation did not have adequate storm drainage, and experienced uncontrolled flooding during heavy rainstorms. Stanley Consultants completed all aspects of the survey and study, including a topographic survey, evaluation of existing drainage and site conditions, HEC-RAS modeling of the site, and a phased construction plan of riprap and concrete channel improvements that could be executed as part of a multi-year construction program. Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.5 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED JSP11 PS Independent Technical Review and Cost Estimate; U.S. PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Army COE, New Orleans District,LA 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm QA/QC Electrical Engineer responsible for providing quality assurance and quality control (QA/QC) review of the electrical and communications systems. Stanley Consultants conducted an Independent Technical Review (ITR) and prepared the engineers cost estimate for the design to storm proof the Canal Street Pump Station in Jefferson Parish, Louisiana. Project included replacement of the catenary bar screens with new Climber Screens. Total Project Cost:$26,500(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Design of Miscellaneous Facilities, Preparation of Criteria PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Documents;Confidential Client 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project consisted of developing a project definition report (PDR) for constructing a standard design Tactical Equipment Maintenance Facility complex (18,000 square feet). Project included one small vehicle maintenance facility, tactical/organizational vehicle parking, organizational storage, petroleum storage, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection.This project also included construction of a vehicle wash facility with package industrial wastewater treatment system and water recycling system, closed circuit television system (CCTV), public address (PA) system, and mass notification system.Supporting facilities included site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage, oil/water separator, and diesel-driven fire pump with above ground fuel storage tanks and above ground water storage tank. Project included relocation and/or extension of water distribution lines and sanitary and storm drainage. Total Project Cost:$2.4 Million(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.6 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 EXPERIENCE DAN HILL Utilities Coordination a. TOTAL b. WITH CURRENT FIRM 34 17 15. FIRM NAME AND LOCATION(City and State) Florida.,West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) A.S., University of Kentucky, Lexington Technical Institute, Civil Engineering Technology, 1979 A.S., University of Kentucky, Lexington Technical Institute, Architecture, 1979 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 5(US1) Design; FDOT, District 4,Boca Raton, Florida PROFESSIONAL SERVICES CONSTRUCTION(If 2010 Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Roadway Designer and Utility Coordinator responsible for roadway and drainage design, utility coordination, cost estimating, and specifications for 2.2 miles of 4-lane urban roadway rehabilitation. SR 5 (US 1) from Glades Road to south of Yamato Road is a 4-lane divided arterial with landscaped median located in Palm Beach County, Florida, within the City of Boca Raton limits.The project requires roadway and signing and pavement marking components, resurfacing, restoration and rehabilitation improvements which include milling/resurfacing, addition of paved shoulders, ADA sidewalk ramp retrofit, and minor drainage modifications. Project length is approximately 2.2 miles Total Project Cost:$767,540 fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-95 Widening Design-Build; Florida Department of PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Transportation, District 4;St. Lucie, Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Utilities Coordinator responsible for the coordination and certification of all utilities for the 1-95 Design Build widening project. Stanley Consultants provided bridge structural engineering services for the 1-95 widening over Indrio Road design—build project. The existing four-span, 280-foot concrete bridge is being widened towards the • median and designed in accordance with the FDOT Structural Design Guidelines and AASHTO LRFD design specification. The widened superstructure is comprised of prestressed concrete Florida I Beams. The new substructure components were designed to resist vehicular collision forces. Total Project Cost:$7211,016(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 15(Hooker Hwy) Utilities and Signals; Florida Department of PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Transportation, District 4,Florida 2012 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm ' Utilities Coordinator responsible for the coordination and certification of all utilities for the SR 15 rehabilitation project. Stanley Consultants was responsible for minor intersection signal upgrades, including coordination and certification of all utilities for the SR 15 rehabilitation project. Total Project Cost:$32,435(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Roadway Widening;Collier County, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Lead Designer and utility coordinator responsible for utility coordination required for 3.2 miles of 4-lane (ultimate 6- lane) urban roadway reconstruction. The project consisted of 6.5 miles of roadway widening from an existing two- lane rural facility to a four-lane urban facility. Included in the design were three signalized intersections, three bridges over canals, and closed drainage system. Professional'Architectural and.Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.7 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 76 Interchange; Martin County;Stuart, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Designer and Utility Coordinator responsible for roadway design, utility coordination, signing and pavement markings, cost estimating, and specifications for widening of 0.75 miles of existing 4-lane divided roadway to a 6- lane divided roadway. Total Project Cost:$742,325(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.8 E.RESUMES OF KEY PERSONNEL PROPOSED FOR,THIS CONTRACT . (Corn•lete one Section E for each ke •erson.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE ERIC E. HUSKEY, P.E. Senior Structural Design Engineer a. TOTAL b. WITH CURRENT FIRM 24 15 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants,Inc.,West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S./Civil Engineering-Structures Civil Engineering,56593, Florida B.S./Civil Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-Precast/Pre-stressed Concrete Institute 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State); (2)YEAR COMPLETED Public/Private Partnership(PPP)Structural Design;Confidential PROFESSIONAL SERVICES CONSTRUCTION(If Client, Florida 2011 Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Structural Engineer responsible for design of temporary strain poles and pipe pile foundation for sign structure. Stanley Consultants was part of a design-build team responsible for the design and peer review of miscellaneous structures including bulkhead walls, permanent sheet piling walls, special mast arms, non-standard overhead sign structures, and strain poles.The total project length was approximately 10.5 miles.The project consisted of the reconstruction, addition of auxiliary lanes and resurfacing of the mainline including associated improvements to frontage roads and ramps, and a new reversible express lanes system in the median. Total Project Cost: $352,000 (fee) (1) TITLE AND LOCATION(City and State); (2)YEAR COMPLETED Structure Inspections;Southwest Florida Water Management PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) District, Florida 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Structural Engineer. Stanley Consultants performed above and below water biannual inspections for six water control structures owned and operated by the Southwest Florida Water Management District.These structure included one lock and dam structure; one spillway-culvert structure; and four spillways.One of the four spillways, known as Structure S-160, is Florida's largest water control spillway that has a total of six vertical lift gates. Total Project Cost:$284,813(fee) (1) TITLE AND LOCATION(City and State); (2)YEAR COMPLETED Eastpointe Pump Station Design; Northern Palm Beach County PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Improvement District, Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Structural Engineer responsible for design of precast panel & soldier pile retaining wall, pump support piles & beams, control building slab & pump pad, and concrete driveway. Developed structural drawings for layout of control building, retaining wall details, pump support details, dewatering plan, and construction sequence. Also developed structural specifications and aided in the development of structural quantities. Total Project Cost: • $174,329(fee) (1) TITLE AND LOCATION(City and State); (2)YEAR COMPLETED Collier County Government Golden Gate Boulevard, Naples, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2010 (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Structural Engineer performed Conspan beam runs for single and multi-span alternatives for three bridges for BDR submittal. Total Project Cost:$2.28 Million(fee) Professional Architectural and EngineeringServices,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.9 (1) TITLE AND LOCATION(City and State); (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) SR 7 Extension Okeechobee Road to Northlake Boulevard; Florida 2011 Department of Transportation, D4;North Palm Beach, Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Structural Engineer. Stanley Consultants provided utility coordination, structural design, signal analysis/design and lighting analysis services for the preparation of component contract plans. Lighting plans were prepared under Optional Services if justified through analysis report.The scope of this project included reconstruction and extension of existing SR 7 from Okeechobee Blvd to Northlake Blvd in Palm Beach County, Florida. The overall project length is 8.5 miles. Proposed improvements included the widening of the existing SR 7 from two to four lanes from Okeechobee Boulevard to 60th Street and construction of a new 4-lane facility from 60th Street to Northlake Blvd. Roadway features included a 42-foot wide raised median, 4-foot wide bike lanes, standard curb and gutter, and 6-foot wide sidewalk. Total Project Cost:$525,380(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.10 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 EXPERIENCE CYNTHIA KENDRICK, P.E. Transportation Design Signalization and a. TOTAL b. WITH CURRENT FIRM P g / g Lighting 31 6 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants,Inc.,West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S., University of Florida, Business Administration, 1983 Civil Engineering,47633, Florida B.S.C.E., Florida International University,Civil Engineering, 1990 • 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member - Florida Engineering Society FDOT Specification Package Preparation Refresher, October 2011 / FDOT Specification Package Preparation Refresher, March 2011/ FDOT Advanced Work Zone Traffic Control Refresher Course FDOT Mutual Gains Training/ FICE/FDOT Design Conference,July 2008 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jog Road at SR 80 Bridge Widening; FDOT, District 4, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Lead Transportation Engineer responsible for design of roadway and signing and pavement marking components. Improvements included milling/resurfacing and roadway and bridge widening to incorporate alignment modifications to Jog Road at SR 80. Stanley Consultants provided engineering design for roadway, signing & pavement marking, and prepared a Bridge Development Report to widen the Jog Road bridge segment over the C-51 Canal to eliminate substandard through lane deflections and provide bike lanes on the south leg of Jog Road at SR 80 interchange. Total Project Cost:$576,531 (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR-5(US1) Design; FDOT,District 4, Boca Raton, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Lead Transportation Engineer responsible for design of roadway and signing and pavement marking components, resurfacing, restoration and rehabilitation improvements which include milling/resurfacing,addition of paved shoulders, ADA sidewalk ramp retrofit, and minor drainage modifications. SR 5 (US 1)from Glades Road to south of Yamato Road is a 4-lane divided arterial with landscaped median located in Palm Beach County, Florida, within the City of Boca Raton limits.The project requires roadway and signing and pavement marking components, resurfacing, restoration and rehabilitation improvements which include milling/resurfacing, addition of paved shoulders,ADA sidewalk ramp retrofit, and minor drainage modifications. Project length is approximately 2.2 miles. Total Project Cost:$767,549(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR7 PD&E Study; FDOT,District 4; Royal Palm Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Lead Transportation Engineer responsible for analyzing drainage and permitting needs for various alternatives, coordinating with regulatory agencies, preparing pond siting report as well as other drainage related PD&E documents. Stanley Consultants provided a complex Environmental Impact Statement according to NEPA and Florida regulations. Evaluated several corridors and alternative alignments for a new six lane divided arterial with a project length of 11 miles. Total Project Cost:$297,807 (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 76 Interchange; Martin County,Stuart, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for leading design team, client contact, and overall management. Stanley Consultants conducted intersection and roadway traffic analysis,conceptual design analysis and prepared conceptual plans for SR-76 from Jack James Drive to Cove Road to improve traffic flow.The study evaluated the County's Interim Improvement concept and involved coordination with the FDOT during a concurrent SR-76 Project Development & Environmental Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.11 (PD&E) Study. Identified additional enhancements, coordinated findings with FDOT and prepared a recommendation for interim improvements for future demands.Stanley Consultants will perform final design and project permitting during the next phase of the project. Total Project Cost:$232,910(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 80 Design Belle Glade; FDOT, District 4, Belle Glade, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager and Engineer of Record responsible for leading design team, client contact, and overall management. Stanley Consultants provided design engineering for two RRR projects located within the City of Belle Glade in Palm Beach County. SR 80 / SR 880 from north of Roosevelt Street to SR 717 includes the milling and resurfacing of approximately 1.5 miles of a four-lane divided urban roadway and 0.46 miles of a four-lane undivided urban roadway. Project also includes ADA upgrades, safety improvements, landscaping as well as minor drainage TMS and signal improvements. Total Project Cost:$1.08 Million (fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.12 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 EXPERIENCE HOI WING LAI, EIT Roadway/Drainage—Structural Support a. TOTAL b. WITH CURRENT FIRM 10 8 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants, Inc., West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S., Iowa State University,Civil Engineering,2004 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR-847 PD&E Study; Florida Department of Transportation, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) District 6; Miami Gardens, Florida 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Roadway Design Engineer responsible for field data collection for a noise analysis, developing existing, no build and future conditions using TNM v2.5 and participating in public meetings. Project involved PD&E services for a 2.3-mile roadway capacity improvement project to reconstruct the two-lane undivided roadway to a four lane urban facility. Extensive public involvement included neighborhood canvasing, business owner meetings and briefings with the MPO and local municipalities. Improvements include signalization, pedestrian crossings, sidewalks, bus stops and shelters, stormwater drainage, landscaping and street lighting. Total Project Cost:$1.4 Million(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 80 Design Belle Glade; FDOT,District 4, Belle Glade, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Civil Designer responsible for designing ADA ramp upgrade of the sidewalks. Stanley Consultants provided design engineering for two RRR projects located within the City of Belle Glade in Palm Beach County. SR 80/SR 880 from north of Roosevelt Street to SR 717 includes the milling and resurfacing of approximately 1.5 miles of a four-lane divided urban roadway and 0.46 miles of a four-lane undivided urban roadway. Project also includes ADA upgrades, safety improvements, landscaping as well as minor drainage TMS and signal improvements. Total Project Cost:$1.08 Million(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jog Road at SR 80 Bridge Widening;Florida Department of PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Transportation, District 4,Florida 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Engineering Associate responsible for Computation Book on Basis of Emphasis. Stanley Consultants provided engineering design for roadway, signing& pavement marking, and prepared a Bridge Development Report to widen the Jog Road bridge segment over the C-51 Canal to eliminate substandard through lane deflections and provide bike lanes on the south leg of Jog Road at SR 80 interchange. Total Project Cost:$676,904(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 5(US1) Design; FDOT,District 4,Boca Raton, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Roadway Designer responsible for site visits, pavement design package,typical section package, pavement markings and signing, super-elevation +cross slope analysis,typical sections, driveway analysis, utility lines analysis, drainage flows on intersections, horizontal clearance and super-elevation analysis, memo of maintenance, signalization description for 3R report, ADA ramps table, summary of quantities, spread sheets of horizontal clearance for trees, permit involvement form, and U-Turn exhibits for 3R report. SR 5 (US 1) from Glades Road to south of Yamato Road is a 4-lane divided arterial with landscaped median located in Palm Beach County, Florida, within the City of Boca Raton limits.The project requires roadway and signing and pavement marking components, resurfacing, restoration and rehabilitation Professional Architectural and Engineering Services,RFQ-2014-3'46-YG STANDARD FORM 330(6/2004)Page 2.13 improvements which include milling/resurfacing, addition of paved shoulders, ADA sidewalk ramp retrofit, and minor drainage modifications. Project length is approx. 2.2 miles. Total Project Cost:$767,549(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CR-510 Final Design and Plan Preparation; Indian River County, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Engineering Associate responsible for assisting the project engineers with project design on utility summaries, existing profiles, setting up plans and elevations sheets, superstructural, finish grade sheets for bridges. Based on past performance on the project,Stanley Consultants was awarded the final design to widen and reconstruct 3.25 miles of CR 510 (Wabasso Road) from CR 512 to 75th CT. The existing two-lane rural roadway will be reconstructed to a four-lane divided suburban roadway and designed to accommodate an ultimate six-lane facility. Total Project Cost:$2.31 Million (fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.14 E.RESUMES OF KEY,PERSONNEL PROPOSED FOR-THIS CONTRACT (Complete one Section•E°for,;each ke erson 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE PREDRAG MILOSAVUEVIC, P.E. PROJECT MANAGER a. TOTAL b. WITH CURRENT FIRM 25 5 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants, Inc.,West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.Eng., University of Toronto-Canada,Structural Engineering, National Council of Examiners of Eng. &Surveying 1998 Florida/Structural Engineering B.S., Belgrade University, Civil Engineering, 1987 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-American Society of Civil Engineers Member-American Institute of Steel Construction 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hood Road Improvements; Palm Beach County; Palm Beach PROFESSIONAL SERVICES CONSTRUCTION(If G 2013 Applicable) Gardens, Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer. The intent of this project was to improve the capacity of the existing Hood Road project segment by roadway widening. Project capacity improvements involved widening the existing one-mile long 2-lane Hood Road project segment to a 4-lane divided urban arterial from east of Florida's Turnpike to west of Central Boulevard. Improvements included the addition of a 2-lane bridge over 1-95 adjacent to an existing 2-lane bridge. Cost:$836,664(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CR771(Gasparilla Rd)Widening Design;Charlotte County PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Government; Port Charlotte, Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Lead Bridge Engineer responsible for quality control of the structural calculations and plans. The existing bridge at CR 771 (Gasparilla Road) is 40 years old and in fairly good condition. It is 42' wide, but when widened on both sides there will only be 25' of the existing bridge left in the middle of a 103' wide bridge. The replacement bridge is a 145 foot long, 3-span bridge. The bridge was 103 feet wide and provided 4 travel lanes, raised medians, and 10 foot multi-use paths on both sides. Bridge superstructure consisted of pre-stressed concrete flat slabs with a composite concrete topping. Cost:$210,550Million(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CR-510 Final Design and Plan Preparation, Indian River County, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable), Florida 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Lead Bridge Engineer responsible for design and coordination of plans production for the Bridge over Lateral D Canal. The purpose of this project was to widen and reconstruct 3.25 miles of CR 510 (Wabasso Road) from CR 512 to 75th Ct. The existing two-lane rural roadway will be reconstructed to a four-lane divided suburban roadway and designed to accommodate an ultimate six-lane facility. Design elements include roadway, drainage, bridges, permitting, traffic control plans, utility adjustment plans, signing and pavement marking plans, signal plans, lighting plans, and landscape plans. Total Project Cost:$2.31 Million(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED _ 1-595 Public/Private Partnership(PPP)Structural Design, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for coordination and design of bulkhead walls, retaining walls, sound barrier walls, sign and signal structures. Stanley Consultants is part of a design-build team responsible for the design and peer review of miscellaneous structures including bulkhead walls, permanent sheet piling walls, special mast arms, non-standard overhead sign structures and strain poles. Total Project Cost:$352,000(fee) Professional Architectural and Engineering Services,.RFQ-203'4 346-YG STANDARD FORM 330(6/2004)Page 2.15 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bridge Scour Program;Stanley Consultants Engineers, PSC, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Puerto Rico Current (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for project administration and quality control of the structural calculations used in load rating. Stanley Consultants is performing scour evaluation of 121 existing bridges in four phases to provide a comprehensive scour evaluation to identify potential problems and possible corrective actions for each bridge. Phase 1 will include data collection and qualitative analysis. Phase 2 will involve hydrologic-hydraulic study and scour analysis. Phase 3 will include structural stability analysis based on the scour study. Phase 4 will include implementation of a plan of action to address the findings for each bridge. Total Project Cost:$2.25 Million(fee) • Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.16 • E.RESUMES OF KEY PERSONNEL PROPOSED F ORTHIS'CONTRACT' , (Coin lete oneSectiOn E for:eech ke. erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE KWAKU OBEN-NYARKO, P.E. WATER RESOURCES ENGINEER a. TOTAL b. WITH CURRENT FIRM 10 7 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants, Inc./West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S., University of Iowa, Civil Engineering, 2007 B.S., Kwame Nkrumah University of Science&Technology, Civil Engineering, 77436, Florida Civil Engineering, 2004 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-American Society of Civil Engineers Publication: "Pier and Abutment Scour Interaction,"Journal of Hydraulic Engineering, December 2011 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED River of Grass O&M Cost Methodology;South Florida Water PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Management District, Florida 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Water Resources Engineer responsible for preparing water quality module of the River of Grass Operations and Maintenance Cost Methodology and Estimating Tool. The task included identifying the various components of the water quality analysis process performed by SFWMD and developing equations to estimate operations and maintenance costs. The equations generated were implemented in a Microsoft Access database which will be used by the SFWMD to assess the cost of water quality activities for each of the project operation configuration. Total Project Cost: $428,357(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Flow Data Quality Improvement at Culvert;South Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Water Management District, Florida 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Lead Water Resources Engineer responsible for providing assistance for improving flow computation accuracy for 250 culvert structures in the District. Responsible for pre and post processing Computational Fluid Dynamics (CFD) data used for analyzing or developing rating equations for culverts and spillways. Other tasks include developing programs to maximize efficiency and effectiveness of rating processes, reporting significant work through technical publications or memoranda, and preparing monthly invoice documents for the project. Total Project Cost:$723,253 (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Water and Sanitation Improvements;Confidential Client, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2012 • (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Project Manager responsible for coordinating 8 sub-consultants to meet schedule targets, approving invoices, reviewing design reports and tender documents, preparing purchase order contracts, arranging meetings between sub-consultants and/or client, and making travel arrangements for task leads residing in different parts of the sub- Saharan region to partake in project activities. Other responsibilities included updating project schedule, securely managing project documents and confidential files. Total Project Cost:$179,573(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.17 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jog Road at SR 80 Bridge Widening; Florida Department of PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Transportation, District 4, Florida 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X] Check if project performed with current firm Water Resources Engineer responsible for preparing Bridge Hydraulics Report and bridge hydraulic recommendations sheet. Met with SFWMD Right of Way Group to finalize C-51 canal specifications at the project location. Used HEC-RAS to perform hydraulic and scour analysis of the Jog Road Bridge. Stanley Consultants provided engineering design for roadway, signing & pavement marking, and prepared a Bridge Development Report to widen the Jog Road bridge segment over the C-51 Canal to eliminate substandard through lane deflections and provide bike lanes on the south leg of Jog Road at SR 80 interchange. Minor improvements to Jog Road (from north of Gun Club Road to just south of Wallis Road were included. Total Project Cost: $676,904 (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CR771(Gasparilla Rd)Widening Design;Charlotte County PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Government; Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Lead Water Resources Engineer responsible for performing hydraulic and scour analysis for the 145 foot long, 3-span replacement bridge over CR-771 in Charlotte County.The proposed bridge will be 103 feet wide and provide 4 travel lanes, raised medians, and 10 foot multi-use paths on both sides. The task included estimating the design flow of Butterford Waterway, using HEC-RAS to perform hydraulic assessments and scour analysis at the bridge. Total Project Cost: $210,550(fee) STANDARD FORM 330(1/2004)PAGE 2 _y STANDARD FORM 330(6/2004)Page 2.18 Professional Architectural and Engineering Services,RFQ-2014 346 G � ) 9 • E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT, • Com.lete one Section Efor ea ch ke •erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE RENAUD OLIVIER, P.E. Drainage Engineer a. TOTAL b. WITH CURRENT FIRM _ 25 19 15. FIRM NAME AND LOCATION(City and State) -- Stanley Consultants, Inc./West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S., University of Central Florida, Civil Engineering, 1994 Civil Engineering, 58127, Florida 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-American Society of Civil Engineers; and Florida Floodplain Managers Association/FDOT Specification Update Training/ASCE Water Resource Seminar/FDOT Specifications Package Preparation Refresher/FDOT Advance Work Zone Traffic Control Refresher Course/FICE/FDOT Design Conference/Florida Engineering Society Access Management(IAM) Training/Florida Engineering Society American Disabilities Act(ADA)Training; May 2003 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) SR 80 Design Belle Glade; FDOT, District 4,Belle Glade, Florida 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Lead Transportation Engineer responsible for RRR design concepts and plans production. Contract consists of two RRR projects for FDOT, District 4. Project also includes ADA upgrades, safety improvements, landscaping as well as possible minor drainage and signal improvements. Total Project Cost:$1.08 Million (fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-95 PD&E Study in Martin County; Florida Department of PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Transportation, District 4, Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Lead Drainage Engineer responsible for conceptual drainage design of interstate widening from a six-lane to an eight-lane divided roadway section. Concept included retention/detention swale in the roadway median to satisfy agency criteria for water quality and water quantity. Project consisted of a 14 mile NEPA capacity improvement study to expand 1-95 from 6 lanes to 10 lanes in Martin County. Total Project Cost: $2.47 Million(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jog Road at SR 80 Bridge Widening; FDOT, District 4, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Drainage Engineer responsible for analyzing existing conditions and designing drainage improvements for bridge improvements over the C-51 Canal. Stanley Consultants is providing engineering design for roadway, signing & pavement marking, and will prepare a Bridge Development Report to widen the Jog Road bridge segment (#934273) over the C-51 Canal to eliminate substandard through lane deflections and provide bike lanes on the south leg of Jog Road at SR 80 interchange. Minor improvements to Jog Road (from north of Gun Club Road to just south of Wallis Road) is also anticipated. Total Project Cost:$676,904(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Phase 1 Intersection Capacity Improvements;Confidential PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Client 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X] Check if project performed with current firm Drainage Engineer responsible for QA/QC review of drainage design concept and pond siting report. The corridor serves as a primary connector to the south area of the city. This project provides the County the opportunity to relieve congestion at one of the major constraints on the corridor, while improving emergency evacuation capacity and creating a signature entry to the area. Total Project Cost:$2.3 Million(fee) Professional Architectural and Engineering Services,RFQ-2014--346-YG STANDARD FORM 330(6/2004)Page 2.19 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NW 42nd Avenue/NW 179th Street Bridge and Roadway PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Improvements;City of Miami Gardens, Florida 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X]Check if project performed with current firm Lead Transportation Engineer responsible for designing horizontal and vertical roadway alignment of a new bridge over the Carol City Canal in Miami Gardens to be included in a design-build bidding package. Stanley Consultants prepared bridge structural design elements for the design build criteria package, for the demolition and reconstruction of an existing bridge over Carol City Canal. The new bridge incorporated roadway alignment, two 12 ft traffic lanes; 6 ft wide sidewalk, 10 ft wide shared use path for pedestrians and bicycles, extension of the existing 10 ft wide red stamp concrete up to the bridge; roadway markings and signage; concrete barrier separating sidewalk and shared use path from the traffic lanes; drainage improvements; guard rails; slope protections; pedestrian crossings and full ADA compliance. Total Project Cost: $59,512(fee) STANDARD FORM 330(1/2004)PAGE 2 Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.20 • E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn•lete.one Section E for each:key person: - 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE DON RAINEY, P.E. Senior Structural Engineer a. TOTAL b. WITH CURRENT FIRM 39 7 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants, Inc., Muscatine, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S., Pennsylvania State University,Civil Engineering, 1973 Civil Engineering,40645, Florida B.S., Pennsylvania State University, Civil Engineering, 1970 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CR771(Gasparilla Rd)Widening Design;Charlotte County PROFESSIONAL SERVICES CONSTRUCTION(If Government; Port Charlotte, Florida • 2013 Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm -Staff Engineer responsible for design of replacement or widened bridge on CR 771. The project includes development of plans for replacement bridge consisting of prestressed flat slabs. The existing bridge at CR 771 (Gasparilla Road) is 40 years old and in fairly good condition. It is 42' wide, but when widened on both sides there will only be 25' of the existing bridge left in the middle of a 103'wide bridge. Total Project Cost: $210,000(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Structural Design for Mast Arms and Signal;Sarasota County, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for design of two signal structures utilizing FDOT standard mast arms and Sarasota County special details. Performed analysis of existing signal structures that are being modified by adding larger signals. Stanley Consultants performed the design of two mast arm signal structures and one single pole structure as a subconsultant to Bayside Engineering. Florida Department of Transportation (FDOT) mast arm program and mast arm standards were utilized to develop mast arm summary sheets for inclusion in the plan set. Review for adequacy of a single pole structure was verified for signal size and mounting height. Total Project Cost: $6,000(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Countywide Engineering Services;Collier County,Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) On-going (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for management and structural design of replacement bridge on Oil Well Road. To • shorten construction time, a three sided culvert on a pile supported footing was used. Structural Engineer for Tasks for As-Needed contract. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Phase 1 Intersection Capacity Improvements;Collier County, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer responsible for producing bridge development report for future Grade Separated Overpass at intersection. Alternatives evaluated for this 630 foot 3-span bridge were steel I girders and steel box girders. This project provided the County the opportunity to relieve congestion at one of the major constraints on the corridor, while improving emergency evacuation capacity and creating a signature entry to the area. Total Project Cost: $58,440(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.21 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Mullock Creek Limited Construction Services; Lee County, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for post design services during construction phase of a weir replacement. Reviewed shop drawings, answered RFIs, observed construction, approved payment requests and verified final completion. Stanley Consultants provided post design services during the construction phase of the weir replacement on Mullock Creek.Tasks included shop drawing review; responding to RFIs; construction observation; site inspections; attending progress meetings with the client, contractor and subcontractors; preparing progress reports; and verifying final completion of project Total Project Cost: $26,692(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.22 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Com.lete one Section E for each ke. •erson. , 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE LUIS SANTANA, P.E. Structural Engineer a. TOTAL b. WITH CURRENT FIRM 8 8 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants,Inc.,West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S.C.E., Florida Atlantic University, Civil Engineering, 2008 Civil Engineering,6201060000, MI B.S., Florida Atlantic University,Ocean Engineering,2005 Rescue Diver,#10040G5360. Advanced Open Water Diver,#9607207429. Enriched Air Diver,#0901050733. Emergency First Responder,#0903007876. FHWA-NHI-13091 Underwater Bridge Inspection Training. 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-95 Widening Design-Build; Florida Department of PROFESSIONAL SERVICES CONSTRUCTION(If Transportation, District 4;St. Lucie, FL Florida 2013 Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer responsible for the design of bridge superstructure, substructure, and foundation of widening bridge. Stanley Consultants provided bridge structural engineering services for the 1-95 widening over Indrio Road design—build project. The existing four-span, 280-foot concrete bridge is being widened towards the median and designed in accordance with the FDOT Structural Design Guidelines and AASHTO LRFD design specification. The widened superstructure is comprised of prestressed concrete Florida I Beams. The new substructure components were designed to resist vehicular collision forces. Stanley Consultants is also responsible for utility coordination and post-design services. Total Project Cost:$211,430 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Water Reservior Inspection and Maintenance;City of Rapid City; PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Rapid City,SD 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Underwater Engineer and Diver/Tender responsible for underwater inspection of the concrete potable water tank. Stanley Consultants performed an underwater inspection of the interior of the 2 million-gallon concrete Robbinsdale water reservoir to investigate sources of reservoir leakage. In addition, the company performed a structural • inspection of the exterior of the reservoir as significant cracking is apparent. Total Project Cost: $185,341 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Structural Quality Control Review;Confidential Client, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer responsible for the QC of bulkhead walls and the design of construction sequence of bulkhead walls, overhead sign structures, street light pole foundations, and the development of construction plans. The construction sequence of the bulkhead walls will consist of the design of cantilevered sheet pile wall with stage excavations. The design of the overhead sign structures consist of the design of the upright base plate and anchor bolt connections,drill shaft pile foundations and the truss to upright connections. Total Project Cost: $185,341 Professional Architectural and Engineering Services,RFQ-2014:-346-YG STANDARD FORM 330(6/2004)Page 2.23 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bridge Scour Program;Stanley Consultants Engineers, PSC,PR PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Current (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer responsible for investigation of scour and structural component verification of 121 bridges throughout Puerto Rico. The bridge investigation consisted of identifying existing scour conditions at and near the bridge. The investigation also included the verification of structural components which include bridge length, width, barrier and beam sizes. Additional responsibly included creating scour evaluation reports. Stanley Consultants is performing scour evaluations of 121 existing bridges in four phases to provide a comprehensive scour evaluation. The evaluations will identify potential problems and recommend a plan of action for each bridge to address the scour concerns. Total Project Cost: $4.4 Million (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-95 PD&E Study in Martin County; Florida Department of PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Transportation, District 4,Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer responsible for the development of the existing bridge condition report, existing typical bridge sections, and developing the proposed bridge widening. Project consisted of a 14 mile NEPA capacity improvement study to expand 1-95 from 6 lanes to 10 lanes in Martin County. Total Project Cost: $2.43 Million Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.24 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 EXPERIENCE PAUL WALANSKY,P.E. Quality Assurance/Quality Control a. TOTAL b. WITH CURRENT FIRM 15 11 15. FIRM NAME AND LOCATION(City and State) Stanley Consultants, Inc., West Palm Beach, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S., Florida Atlantic University,Ocean Engineering, 1998 Civil Engineering, 67151, Florida Graduate Courses, Florida Atlantic University,Civil Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Past Member-Society of Naval Architects and Marine Engineers (1994-2002) Member-American Society of Civil Engineers American Society of Civil Engineers Coastal Zone Management Committee Member-Coasts,Oceans, Ports,and Rivers Institute Member-Society of American Military Engineers Member-Florida Stormwater Association Florida Atlantic University-Department Advisory Council 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Eastpointe Pump Station Design; Northern Palm Beach County PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Improvement District;North Palm Beach, Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for coordination of civil, structural, mechanical, electrical, geotechnical, survey, architecture, and cost estimating. Stanley Consultants provided design modifications and prepared bid documents for construction of a new 60,000 GPM pump station, concrete driveway and retaining wall.Services included all civil, structural, mechanical, and electrical engineering; instrumentation and controls. Total.Project Cost:$174,329(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED QA/QC of Stage and Groundwater Data Study;Confidential Client PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Project Manager responsible for coordination of the data QA/QC analysis and report production. Stanley Consultants provided the baseline of quality assurance and quality control (QA/QC) of stage and groundwater time series series data that are used in support of the County's reporting and comprehensive planning process. QA/QC included analysis of the data through performance of statistical analyses, application of statistical modeling tools, and filling missing data. Total Project Cost:$79,000(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ( ) Y ( ) Structure Inspection Program STA Regions;South Florida Water PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Management District, Florida 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Project Manager responsible for structure summaries, inspection checklists, inspection reports, data summary spreadsheets, and QA/QC for 94 water control structures in 16 counties. Stanley Consultants has completed inspections on 94 water control structures as part of the South Florida Water Management District's (SFWMD) FY09 Structure Inspection Program (SIP).The SFWMD operates and maintains water control facilities in an area that covers nearly 18,000 square miles and serves more than 6 million people in 16 counties from Orlando to Key West.The total system contains over 500 water control structures, 50 pump stations, and 1,969 miles of canals and levees. Total Project Cost: $1.06 Million(fee) Professional Architectural and Engineering Services,RFQ-2014.-346-YG STANDARD FORM 330(6/2004)Page 2.25 • (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bridge Inspection, Design of Repairs,Construction Management PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Services and ADA Compliance, Margate, Florida 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for ADA compliance report, project management, preparation of inspection reports, and developed plans for the design of repairs for deficiencies on 7 bridges. Stanley Consultants performed topside and underwater inspection of seven secondary bridges and two pedestrian bridges for the City of Margate. For these bridges and seven additional bridges, Stanley Consultants prepared plans, specifications, and cost estimates to repair deficiencies which included recommendations for Americans with Disabilities Act (ADA) compliance. The design of repairs for bridge deficiencies included erosion control measures, milling and resurfacing the asphalt bridge deck and approaches, upgrades to substandard bridge railing, and epoxy injection of cracks at columns, abutment caps and wing walls. Total Project Cost: $227,779(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pier and Boardwalk Repair;Charlotte County Government, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm QA/QC Reviewer responsible for QA/QC of the boardwalk and fishing pier condition assessment memorandum which provided an assessment and recommendations for addressing the repairs to the structures. The two "boardwalk" structures and the fishing pier are found at the Port Charlotte Beach Park located in Port Charlotte, Florida. They are timber structures that were constructed in the 1950s and were in need of repair. The two boardwalks represented a combined deck area of over 7,700 square feet, and the fishing pier reached nearly 500 feet out into Alligator Bay and q gp Y had a deck area of almost 3,600 square feet. All three structures supported water and electric utilities used on the boardwalks and fishing pier. Total Project Cost: $34,997(fee) Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)Page 2.26 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY C QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects. If not specified. 1 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED EASTPOINTE STORMWATER PUMP STATION PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Northern Palm Beach County, Florida 3/2011 to 8/2013 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Northern Palm Beach County Danvers Beatty 561.624.7830 Dan @NPBCID.org 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) '� } Stanley Consultants provided design modifications for a new ` `R pump station that included demolition of existing building and design of new pump station building, design of new prestressed ' _ concrete retaining wall on the northeast side of the new pump + station, a concrete driveway, pump specification, construction - phasing, cost estimate and permitting and coordination with -- °--- — 47ri . SFWMD, USACE, Palm Beach County and Eastpointe Property Owners Association. too • • A site plan was developed to accommodate the new building to house the electrical controls, SCADA and generator. The existing fuel tank remained in the same location and the new building 7.1 • was located in close proximity to the existing tank. The work included the design and specification of two (2) - PROJECT ELEMENTS 30,000 GPM duty pumps, and one (1) - 2000 GPM jockey pump • New Pump Station Building capable of mounting directly to the flange mounts utilized by the • Pump Station Design existing pumps. Pumps were designed to deliver 30,000 GPM • Concrete Driveway flow at maximum static lift of 5 feet. The new pumps are electric with diesel backup. The diesel generators were selected to meet ♦ Cost Estimate the current emissions requirements. Included was the structural • Electrical Controls/SCADA design of hardened surface for installation in the lake bottom ♦ Permitting below the pump intakes. A solid sump floor and pump bay were • Shoreline Support installed to prevent scour, requiring a cofferdam and dewatering. TEAM MEMBERS /ROLES (Members Proposed on this Contract) Riprap had been previously installed in front of the existing steel Arena, Courtney Environmental/Permitting sheet pile wall to support the aging wall system. This rock Downes,John Project Principal located in front of the existing sheet pile wall was removed and Huskey, Eric Structural Engineer relocated to the canal bank area north of the pump station to Walansky, Paul Project Manager provide shoreline support. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.1 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY 11111 QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency.or 10 projects.If not specified. 2 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED JOG ROAD OVER C-51 CANAL PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Palm Beach County, Florida 10/2010 to 9/2014 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Florida Department of Transportation, Nadir Rodrigues 954.777.4626 District 4 n.rodrigues @dot.state.fl.us 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The 2003 reconstruction of SR-80 began to widen the roadway and construct a grade separation urban interchange over Jog Road in Palm Beach County. The new construction resulted in unsatisfactory _ "s,..- >•� ..,..,?Az:, changes to the alignment of Jog Road and the bridge which spans the Rif -.t., i - ,. - _- = C-51 canal. r: '. ._ _ Stanley Consultants provided engineering design for roadway, � , Jt signing and pavement marking to widen the Jog Road bridge !� segment over the C-51 Canal to eliminate substandard through lane - .. deflections and provide bike lanes on the south leg of Jog Road at SR --N 80 interchange. On the north leg of Jog Road, improvements 4 , / -. -- included minor roadway widening, relocation of northbound curb - -- line north of Wallis Road and restriping to include 4-foot northbound bike lanes on the north leg near Wallis Road. On the south leg, the PROJECT ELEMENTS bridge widening will allow placement of standard bike lanes ♦ Roadway Widening (northbound and southbound). ♦ Bridge Design • Scour Analysis To correct the alignment issues caused by the widening of SR-80, the ♦ Bicycle Lanes bridge structure needed to be widened approximately 15 ft to the west. As part of the design of the widening, a scour analysis was • Stormwater Pump Stations performed to estimate scour in the channel. Based on the scour ♦ Permitting analysis performed using HEC-RAS, a grout filled mattress was TEAM MEMBERS /ROLES specified to line the existing channel to prevent scour around the (Members Proposed on this Contract) bridge piers and on the abutment slopes. Downes,John Project Principal Hill, Dan Utilities Coordinator Kendrick,Cyndy Transportation Engineer Lai, Hoi Wing Lighting Milosavljevic, P. Lead Structural Engineer Oben-Nyarko, K. Water Resources Olivier, Renaud Lead Drainage Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) J (3) ROLE a. Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. , Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,If not specified. 3 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED STA 1W PUBLIC ACCESS PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) South Florida Water Management District, Florida 1/2009 to 4/2009 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER South Jose Guardiario 561.682.2534 jguardia @sfwmd.gov 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Stormwater Treatment Area (STA) 1 West Public Access Facility in western Palm Beach County provides public access to the South Florida Water Management District's 6,562-acre it ` . .„ .+.'.'.,,lSI• $Ri*S u•i i 1 �i� constructed wetland. Stanley Consultants was responsible for •A•s.a.. civil and structural design including the abutments for the 153- ' foot span pedestrian bridge that provides foot, bike and equestrian access into the STA; earthwork, removal of • unsuitable subsoil excavation, paved and unpaved parking area, concrete sidewalks, canoe launch, two covered information kiosks, a 200-foot elevated timber boardwalk with covered observation areas, landscape improvements and the addition of a turn lane along CR-880. Design Guidelines and Standard Details were also developed as part PROJECT ELEMENTS of the STA Public Access and Recreation project that Stanley • Pedestrian Bridge Consultants completed for the South Florida Water Management • Paved and Unpaved Parking District. Guidelines were prepared so that future designers could • Sidewalks site adapt these improvements at different locations. The • Kiosks Standards, essentially details, were intended to be used where • Boardwalks required with little or no site adaption revisions. • Boat Ramp The Design Guidelines included an elevated timber boardwalk with • Signage covered observation areas, pedestrian bridge and dual-lane boat • Landscaping ramp. The Standard Details included such features as bollards, pedestrian gates, vehicular gates, canoe launch, information kiosks TEAM MEMBERS / ROLES (with and without shelters), composting toilet, timber fences, (Members Proposed on this Contract) informational signage and parking layouts. Luis Santana Structural Engineer Walansky, Paul Structural Engineer Standard Details such as the canoe launch,the timber bench and the vehicular gate can be used on any project without revisions. This equates to reduced time in plans preparation and costs to the project. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a' Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. STANDARD FORM 330(6/2004)PAGE 3.3 Professional Architectural and Engineering Services,RFQ-2014-346-YG ( ) F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency.or 10 projects, If not specified. 4 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MISCELLANEOUS PROFESSIONAL ENGINEERING SERVICES PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Lee County, Florida 4/2001 to On-Going 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Lee County Sarah Clarke, P.E. 329.533.8718 sclarke @leegov.com 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) r____,, Stanley Consultants is providing professional services for various,_ a '� tasks associated with a continuing engineering contract, as well as ,. - -�, any additional miscellaneous services, such as obtaining permits .�, .� that may be required from local state or federal agencies. Each of .}. , „, _ , the task orders have been managed by different project managers, _ because it was critical to the success of the task order to provide *YK R x n outstanding client services to the City of Lee County. This is a ,..r I= , ' ' " - specialized person who is the orchestrator, knowledgeable and .` -, experienced, while utilizing the time and budget cautiously. The following are the various types of professional services provided PROJECT ELEMENTS under this contract: • Transportation Planning • Develop Design Alternatives 1 • Roadway Design • Roadway Design • Water Resources • Water Resource Projects • Pedestrian Facilities • Environmental Impact Statements • Permitting • Develop Traffic Data • Drainage • Final Plans and Specifications • Landscaping • Cost Estimates • Public Involvement • Contract Documents • Construction Services • Permit Applications • Utility Coordination TEAM MEMBERS /ROLES • CEI Services (Members Proposed on this Contract) Ahlschwede,Jon Project Coordinator/Mngr Task Orders have included the following projects: Arena, Courtney Environmental Scientist • Texas Street Sidewalk Design and Construction Downes,John Project Principal • Mullock Creek Weir Replacement, Channel & Evans, Bill Transportation Engineer Embankment Design and Construction Olivier, Renaud Transportation Engineer • HUD Neighborhood Sidewalk& Drainage Rainey, Don Structural Engineer Projects Schwab, Barbara Lighting • Ten Mile Canal Improvements • Crystal Plantation Roundabout 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.4 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency.or 10 projects. if not specified. 5 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MULTI-USE PATHWAY DESIGN PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Marco Island, Florida 1/2010 to 6/2011 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Marco Island Jim Miller 239.389.5000 jmiller @cityofmarcoisland.com 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) '"' 1 ,... .. ®® Stanley Consultants provided the design for a , .� .� - . :,. 'l multi-use pathway for the City of Marco Island• The pathway was a 10-foot to 12-foot wide . _ '•.' _ paved concrete surface meandering for "? es.,.` .', ,' approximately 1.5 miles through parklands, - _ : public right-of-way, and utility easements. Awl Much of the pathway alignment occupied a Lee (LCw easementCounty Electric and was Coop routed to CE accommodate) poer the pathway users and the LCEC maintenance crews. IIThe pathway was essentially a one lane paved f road that not only met ADA requirements, but it J +" i also met the FDOT design guidelines for Shared Use Paths. Horizontal and vertical geometry, design speed, super elevation, and pavement markings were only PROJECT ELEMENTS a few of the design components that guided the final design. ♦ Multi-use Pathway • Various Drainage Structures The alignment started at a trailhead at the City's Racquet Club ♦ Signage facility, traversed through the 50-foot LCEC easement to the City's • Landscaping Mackle Community Park. In the Park, the proposed pathway met ♦ Permitting and connected with an existing pathway that looped around the ♦ Lighting lake. The proposed pathway crossed through the water treatment plant property and then traversed an existing ballpark TEAM MEMBERS /ROLES and finally connecting with the existing pathway that meanders (Members Proposed on this Contract) along the south side of Winterberry Drive. Rainey, Don Structural Engineer At the public street crossings, the design included landscaped quiet areas with benches, special emphasis pavement markings and pathway signage. Drainage was complex in that the permitting agency required water quality treatment and attenuation for the length of the pathway. The design solutions included shallow meandering swales, bio swales, shallow dry retention areas forming a treatment train that discharged to existing drainage systems. The design incorporated electrical conduit for future pathway lighting, landscaping and hardscape features including removable bollards at the street crossings. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a' Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.5 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects.If not specified. 6 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED COUNTYWIDE ENGINEERING SERVICES PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Collier County, Florida 3/2007 to Ongoing 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Collier County Marlene Messam 239.252.5773 marlenemessam @colliergov.net 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Stanley Consultants is providing professional services for a task order driven continuing engineering contract to Collier County. —�— We have an established procedure to respond to the task order assignments where our Program Manager is the lead who initiates the assignment and may (depending on the disciplines involved) re-assign a Project Manager to more effectively lead . the assignment. This approach has been very successful in : . € A., these types of contracts. The following are the various types of professional services provided under this contract: • Roadway Design • Structural Design PROJECT ELEMENTS • Water Resource Projects • Transportation Planning • Environmental Impact Statements • Roadway Design • Develop Traffic Data • Bridge Assessments/Evaluations • GIS Mapping ♦ Stormwater Pump Stations • Contract Documents • Sanitary Sewer Replacement • Permit Applications • Water Reuse Study • Utility Coordination • Permitting • CEI Services • Construction Services Task Orders have included the following projects: TEAM MEMBERS / ROLES • Bridge Assessment& Evaluation of Bridge (Members Proposed on this Contract) No.030127 and 030152 Jon Ahlschwede QA/QC/Project Oversight • Reuse Water Interconnect Feasibility Study Arena, Courtney Environmental Specialist • Bridge Assessment& Evaluation for Bridge No.03414, Downes,John Project Principal 03153, and 030154 Gardner, George Electrical • US 41/CR 951 Intersection Capacity Improvement Study Hill, Dan Utilities • Gateway Triangle Storm Water Pump Station—Design Rainey, Don Structural Engineer • Gateway Triangle Storm Water Pump Station— Construction • Oil Well Road at SR 29 Bridge Replacement • Regent Park Villas Sanitary Sewer Line Replacement 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a' Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.6 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,If not specified. 7 Complete one Section F for each project.) 21. TITLE AND LOCATION(Cityand State) 22.YEAR COMPLETED GATEWAY TRIANGLE STORMWATER PUMP STATION PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Collier County, Florida 10/2009 to 6/2012 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER South Florida Water Management Shane Cox 239.252.5792 District shanecox @colliergov.net 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) ' ""'""°" lr This project involved design of a storm water pump station. The --"----------r' client desired to maximize volumes in the pond system by regulating surface water elevation utilizing the pump station. The --..' • w „.... .;,,�;. ` ` pumps were controlled to discharge to the river on a regulatory schedule as permitted by the state regulatory agency. _ .. I 'r_ 1 FT -4. 4..l t 1� ;-`- oft The client's objective was to obtain water quality treatment/12.1 imii. �.. _ credit for the existing constructed Phase I improvements, `'""- incorporate revised operation parameters for the pump station, and expand the proposed lake. In addition, the client desired to ,, supplement a previous design version of the pump station by 5 s m adding generator backup power and an enclosed control building. °���.• ' All of these activities were to be approved by a modification to - the water management district g permit, and there was a possibility that the modification would include water quality PROJECT ELEMENTS treatment credit for the existing and proposed facilities. • Pump Statin Design • Water Quality With the addition of emergency generator facilities and the ♦ Permitting resulting increase in reliability of the pump station during extreme events the design was modified to include the pump TEAM MEMBERS /ROLES station as the critical element in establishing the upstream (Members Proposed on this Contract) hydraulic grade Downes,John Project Principal lines and as a Don Rainey Structural Engineer result there was a possibility that 4,- r the lakes could provide additional water quality treatment. , . — a .V 1)IL ) Fns L One challenge of this project was to balance allowable discharges s �� rv ' " -;. while increasing the elevation of the gravity overflow structure so that Filei°— "'''' ,` ., 4 "#d -- °;a during most of the storm events the system would provide additional ,- ""',o``. : water quality treatment in the existing and proposed lakes while still ?rr= �< providing flood protection during extreme storm events. .4- . 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.7 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. 8 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED BRIDGE INSPECTION, DESIGN OR REPAIRS, CONSTRUCTION PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) City of Margate, Florida 1/2008 to 6/2009 2009 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Margate Reddy Chitepu, P.E. 954.972.0828 engineer @margatefl.com 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) � I F Stanley Consultants performed topside and underwater inspection of seven secondary bridges and two pedestrian bridges. For i - , ' bridges, Stanley Consultants prepared plans, specifications, and UN 110 �' cost estimates to repair deficiencies which included ,l1, - t recommendations for Americans with Disabilities Act (ADA) i compliance. The design of repairs for bridge deficiencies included -- erosion control measures, milling and resurfacing the asphalt bridge t•'-." -�:. deck and approaches, upgrades to substandard bridge railing, and - —- 4 4 epoxy injection of cracks at columns, abutment caps and wing ;—_* ......4 walls. Stanley Consultants' inspection team consisted of registered PROJECT ELEMENTS professional engineers, certified divers, and bridge inspectors skilled • Inspection of Bridges in identifying, locating, and documenting structural deficiencies in all ♦ Cost Estimates conditions, including poor visibility, strong currents, at significant • Milling& Resurfacing depths, and in cold water. Using engineer-divers, we provided a ♦ Design seamless process from field observations to final engineering • Reports reports. These reports were then used by the design team to • Sidewalk Repairs develop plans and specifications for correcting the deficiencies which were then handed off for construction supervision by our TEAM MEMBERS /ROLES construction services management team. (Members Proposed on this Contract) The City of Margate r ": i Downes,John Project Principal is responsible for 6 Rainey, Don Structural Reviewer the maintenance F ;erf ' --__. " Walansky, Paul Project Manager and repairs for these bridges * - located within the City. These bridge repairs were a part of the City's road bond referendum project which includes repairs to various � . - "" , I bridges, sidewalks, curbs, drainage, and handicap ramps in the city. On this project the city reported perfect scores, noting that Stanley t ,10 Consultants was "very responsive" and that the project was on time ' M � � . .. \,, and on budget". �_' c ' - 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a' Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.8 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects.If not specified. 9 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 1-595 PUBLIC/PRIVATE PARTNERSHIP STRUCTURAL DESIGN PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) (FDOT), Broward County, Florida 3/2010 to 1/2011 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER AECOM Client: FDOT Michael LeComte 305.592.4800 Michael.LeComte@aecom.com 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) `t Interstate 595 (I-595) is a 12.86 mile Interstate highway that connects Interstate 75 and Alligator Alley in the west with Florida's Turnpike, Interstate 95, Fort Lauderdale-Hollywood International Airport, US 1, and SR A1A before terminating at ;AI Port Everglades in the east. A recent $1.2 billion reconstruction • of I-595 consisted of the reconstruction, addition of auxiliary - lanes and resurfacing of the mainline including associated improvements to frontage roads and ramps, and a new reversible express lanes system in the median. ,A00 yy Stanley Consultants was part of a design-build team responsible ,' ' for the design and peer review of miscellaneous structures including bulkhead walls, permanent sheet piling walls, special PROJECT ELEMENTS mast arms, non-standard overhead sign structures, and strain ♦ Bulkhead Walls poles over a total project length of approximately 10.5 ♦ Sheet Piling Walls miles. Design of the special mast arms and non-standard ♦ Mast Arms overhead sign structures required use of STAAD software and ♦ Sign Structures original Mathcad files in addition to standard FDOT programs. ♦ Strain Poles Structural design results were used to produce construction drawings with data tables that, along with project specific design TEAM MEMBERS / ROLES standards drawings, comprised the construction plans for the (Members Proposed on this Contract) miscellaneous structures. Huskey, Eric Structural Engineer Milosavljevic, Predrag Project Manager Santana, Luis Structural Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.9 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 10 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED BRIDGE LOAD RATING &SCOUR EVALUATION PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Puerto Rico Highway Authority, Puerto Rico 11/2010 to 6/2014 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Puerto Rico Department of Manuel Coll 787.729.1540 Transportation & Public Works mcoll @dtop.gov.pr 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Bridge Scour Evaluation. Stanley Consultants was responsible for analyzing bridges for potential scour for a design storm �;. event, determining whether the bridge would be stable for Trarlrar usnommennommei °Mara[ az r the predicted scour and recommending site specific 4 , � � �k� countermeasures for those bridges determined to be scour �d �1I �df t�+� � '4`� critical. Stanley Consultants gathered all available existing 5 .R � pertinent bridge information and provided field teams to go• mss the individual bridge sites to take photos, field notes, field _ „ ,�: a ,. �� •� ,.���.� ,���� ,�, ,{ : sketches and take measurements. The field investigation included gathering information about the current channel t- condition and verification of bridge data such as bridge length and width, barrier and beam sizes. A Phase I analysis team then reviewed the field data and photos, and other available PROJECT ELEMENTS existing bridge information, to determine scour potential at ♦ Bridge Analysis the bridge structures. A Phase I Scour Evaluation Report was • Scour Reports produced for each bridge including a recommendation for • Environmental Study the next phase of the scour evaluation. ♦ Load Ratings • Geotechnical Analysis As warranted, a Phase II analysis team provided geotechnical analysis of the channel material and used this information and hydrologic and hydraulic information to run HEC-RAS to TEAM MEMBERS / ROLES predict potential scour at the bridge site for the hydraulic (Members Proposed on this Contract) event. Bridge Channel Profiles and Cross-sections were Arena, Courtney Environmental created for input into the HEC-RAS model. A Phase II Scour Huskey, Eric Structural Engineer Evaluation Report and Geotechnical Report were produced Milosavljevic, Predrag Project Manager for each bridge, including a recommendation for the next Rainey, Don QC Reviewer phase of the scour evaluation in the Phase II scour report. Santana, Luis Structural Engineer As warranted, a Phase III analysis team gathered additional geotechnical data at the bridge sites (core borings), analyzed the borings and developed geotechnical parameters for the Phase III structural analysis. The structural analysis used geotechnical data, hydraulic data and structural software including Mathcad, RC-Pier and FB-MultiPier to perform a structural stability analysis of the bridge for the predicted scour. A Phase III Scour Evaluation Report was produced for each bridge including a recommendation for the next phase of the scour evaluation depending upon stability of the bridge. If Phase IV was warranted (scour critical bridge), then a Phase IV analysis team prepared Plans of Action for recommending countermeasures at the scour critical bridges to reduce/prevent the occurrence of the predicted scour. Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.10 Bridge Load Rating. Stanley Consultants was responsible for determining the current condition of bridges to be load rated, and then using that information to load rate the bridges and if ''' warranted, recommend posting loads for the bridges. Stanley Consultants load rated a wide variety of bridge types including prestressed -• beam, reinforced concrete beam, flat slab, steel girder, and reinforced concrete culvert bridge 410 structures.All available existing pertinent bridge information was gathered and we provided field ,-- teams to go to the individual bridge sites to take ..-° 'A„ 0. „'; photos, field notes, field sketches and take . q 4101,11 4. j�r`:_ _ ,.,.t.a,: I 1, measurements. The field investigation included At verification of bridge data such as bridge length and width, barrier and beam sizes, existing utilities, etc. Special attention was focused on existing bridge deterioration.The field data and photos, and other available existing bridge information were analyzed and used to aid in the modeling of the bridge structures in order to properly load rate them. Structural software Mathcad and Virtis were used to create models of the bridges in their current state to load rate them for both AASHTO design vehicles and Puerto Rico Legal Load vehicles. Load rating reports were produced for each bridge that included Inventory and Operating Factors for the AASHTO design vehicles and Legal Rating Factors for the Puerto Rico Legal Loads. For any bridges with a governing rating factor less than 1.0, a proposed posting load was determined. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Stanley Consultants, Inc. West Palm Beach, Florida Prime Engineering Consulting Firm (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. II Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 3.11 1 . G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing (From Section E, (From Section E, table.Place"X"under project key number for Block 12) Block 13) participation in same or similar role.) 1 2 3 4 5 6 7 3 9 10 Courtney Arena Environmental/Permitting X X X X X X John Downes Project Principal X X X X X X X X X George Gardner Electrical Engineer X Dan Hill Utilities X X Eric Huskey Structural Engineer X X X X X Cyndy Kendrick Transportation Design X Hoi Wing Lai Structural Support X X Predrag Milosavljevic Project Manager X X X X Kwaku Oben-Nyarko Drainage Design X X Renaud Olivier Roadway Design X X X X Don Rainey Structural Engineer X X X X X X Luis Santana Structural Engineer X X X X Paul Walansky QA/QC X X X X X 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) EASTPOINTE STORMWATER PUMP STATION COUNTYWIDE ENGINEERING SERVICES Northern Palm Beach County, Florida 6 Collier County, Florida JOG ROAD OVER C-51 CANAL GATEWAY TRIANGLE STORMWATER PUMP 2 Palm Beach County, Florida 7 STATION Collier County,Florida STA 1W PUBLIC ACCESS BRIDGE INSPECTION, DESIGN OR REPAIRS, 3 South Florida Water Management District, 8 CONSTRUCTION Florida City of Margate,Florida MISCELLANEOUS PROFESSIONAL ENGINEERING 1-595 PUBLIC/PRIVATE PARTNERSHIP 4 SERVICES 9 STRUCTURAL DESIGN(FDOT),Broward County, Lee County, Florida Florida 5 MULTI-USE PATHWAY DESIGN �0 BRIDGE LOAD RATING&SCOUR EVALUATION Marco Island, Florida Puerto Rico Highway Authority, Puerto Rico Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 4.1 1hH.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. INDUSTRY AWARDS .' 1 ,,�`' Collier County Golden Gate Parkway CR 886 y . �",-. Collier County Government, Naples, Florida .. , ,.// , 5 . - —.f'*4 . AWARDS �. --.-0' I. '-- • 2009 Grand Award 4 Florida Institute of Consulting Engineers • 2009 National Finalist ,,: 'ti American Council of Engineering Companies i , Collier County's continued growth put a heavy demand on the Golden Gate Parkway. Without improvements the level of service at its intersection with Airport Pulling Road was predicted to fail. A Grade Separated Overpass (GSO) was needed to meet future traffic demands. But the public was adamantly opposed. It took creative incorporations of building materials and a major public relations effort to educate and convince residents that the intersection could be functional, efficient AND attractive. Now the City of Naples boasts the county's first GSO in the form of a Single Point Urban Interchange. Coined "The Gateway to Naples,"the GSO is receiving rave reviews! Local Project Team Jon Ahlschwede Eric E. Huskey Donald Rainey Amin Ahmed James McLellan Michael Penn Dan Hill Chad D. Newton Luis Santana William T. Evans Renaud C.Olivier Paul Walansky Sarasota County Celery Fields Regional Stormwater Facility Expansion Phase 3, Sarasota County, Florida :*-7,,,,e ''4 11i" .' 4 ""r M'," �' ¢ rx r� 3 roY AWARDS • National Environmental Excellence Award–Conservation – – FSA-2014 Outstanding Achievement Award --- , ,., ,; Up until the late 1980s, the area of Sarasota County known as "The Celery Fields" was used for just that – growing celery and other row - mitemNro:. ". crops. For decades, farmers stimulated the growth of their crop with � .: - robust fertilizers and pesticides, which eventually caused the arsenic F levels in the soil to increase. The Florida Department of Environmental Regulation has set the maximum limit for arsenic laden soil in a residential area at 2.1 Milligrams per Kilogram, and much of the Celery Fields was far higher than that. Arsenic is a naturally occurring element but is poisonous to humans, so when Sarasota County decided to revamp Celery Fields to its former glory of extensive wetlands and water cleansing sawgrass marshes, plus an additional recreation area for residents,the arsenic had to go. Moving 1.2 million cubic yards of contaminated soil is no small feat. First, the clean layer of top soil was removed and Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 5.1 H.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. put aside for later use. Trucks then hauled out 40,500 loads of arsenic-laden earth from multiple project sites and created an 85-foot tall Observation Mound in another location that would later serve as the site for hiking and mountain biking trails. Wetland mitigation plants were added to the soil reduction sites to help control stormwater runoff, improve water quality,and aid in downstream flood prevention. Back at the Observation Mound, two feet of the clean dirt was re-added to act as a buffer between the 'arsenic laden' soil and the recreational users. Strategically placed hiking trails were cut in and locally produced crushed concrete was the chosen material for the trails because of its availability. The material is also cost effective,stable in heavy rains, and easy to repair and maintain. The project is a huge success drawing interest from local residents, tourists and over 100 species of wading and diving birds. A local Audubon Society has future plans to build a learning center on the property which will feature interactive kiosks with bird and wildlife facts as well as field trip opportunities. Local Project Team David Dixon Rob Farr Josue Rivera Joseph Clark I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE _ 32. DATE • `` 12/2/2014 33. NAME AND TITLE John Downes, Project Manager, Florida Region Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 5.2 1. SOLICITATION NUMBER(If any) _ ARCHITECT- ENGINEER QUALIFICATIONS RFQ-2014-346-YG 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 Stanley Consultants,Inc. 1913 87-886-0733 2b. STREET 5.OWNERSHIP 1641 Worthington Road,Suite 400 a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporation West Palm Beach Florida 33409 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE No John Downes, P.E. Project Principal 7. NAME OF FIRM(If block 2a is a branch office) Stanley Consultants, Inc 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 561.689.7444 downesjohn @stanleygroup.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile c.Revenue Index Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Number (see below) 02 Administrative 166 3 B02 Bridges 6 07 Biologist 5 1 C15 Construction Management 7 08 CADD Technician 82 2 C18 Cost Estimating;Cost Engineering 2 12 Civil Engineer 42 5 E09 Environmental Impact Studies, 4 15 Construction Inspector 78 2 E13 Environmental Testing and Analysis 1 16 Construction Manager 44 3 H01 Harbors;Jetties;Piers;Ship Terminal 1 23 Environmental Engineer 35 1 H07 Highways;Streets;Airfield Paving; 7 42 Mechanical Engineer 55 1 H12 Hydraulics&Pneumatics 5 44 Oceanographer 1 0 L03 Landscape Architecture 1 47 Planner:Urban/Regional 7 1 L06 Lighting(Exteriors;Streets; 3 57 Structural Engineer 62 4 NO2 Navigation Structures;Locks 2 58 Technician/Analyst 45 2 P06 Planning(Site,Installation,and 3 60 Transportation Engineers 80 10 P12 Power Generation,Transmission, 1 62 Water Resources Engineer 18 2 R04 Recreation Facilities(Parks,Marinas, 3 R11 Rivers;Canals;Waterways;Flood 3 S13 Storm Water Handling&Facilities 6 S09 Structural Design;Special Structures 7 102 Testing&Inspection Services 3 103 Traffic&Transportation Engineering 8 W02 Water Resources;Hydrology; 6 Other Employees 263 0 W03 Water Supply;Treatment;and 2 *Total 983 34 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 7 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 7 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE c i .� .� b. DATE December 2,2014 c. NAME AND TITLE John Downes, P.E., Manager, Florida Operations Professional Architectural and.Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 6.7 I 1. SOLICITATION NUMBER Of any) ARCHITECT - ENGINEER QUALIFICATIONS RFQ-2014-346-YG . PART II GENERAL QUALIFICATIONS " (If a:firth.hasIbranch offices, complete..for.each..specific branch•ofhce.seeking work.) , 2a. FIRM(OR BRANCH OFFICE)NAME . 3.YEAR ESTABLISHED 5. DUNS NUMBER Stanley Consultants,Inc. 2013 00-798-9056 2b. STREET 5.OWNERSHIP . 8333 NW 53rd Street,Suite 450 a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporation Miami Florida 33166 I b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE J No John Downes, P.E., Project Principal 7. NAME OF FIRM(If block 2a is a branch office) - Stanley Consultants, Inc. 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 786.762.4116 downesjohn @stanleygroup.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b.Disci line c.No.of Employees - Code p (1)FIRM (2)BRANCH a.Profile c.Revenue Index Code b.Experience Number 02 Administrative 166 1 (see below) 15 Construction Inspector 78 Al2 Automation;Controls; Instrumentation 1 16 Construction Manager 44 D02 Dams(Earth;Rock);Dikes;Levees 2 18 Cost Engineer/Estimator 8 S13 Storm Water Handling&Facilities 6 12 Civil Engineer 42 S09 Structural Design;Special Structures 2 08 CADD Technician 82 Construction-Roadways 6 23 Environemental Engineer 35 32 Hydraulic Engineer 7 38 Land Surveyor 12 47 Planner: Urban/Regional 7 57 Structural Engineer 62 58 Technicien/Analyst 45 60 Transportation Engineers 80 2 62 Water Resources Engineer 18 Other Employees 297 0 Total _ 983 3 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 4 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 4 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE C �--- c. DATE /-\, December 2,2014 c. NAME AND TITLE John Downes, P.E., Manager, Florida Operations Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 6.7 1 1. SOLICITATION NUMBER(If any) ARCHITECT- ENGINEER QUALIFICATIONS RFQ-2014-346-YG 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 6. DUNS NUMBER Stanley Consultants,Inc. 1913 00-798-9056 2b. STREET 5.OWNERSHIP 4910 Lakewood Ranch Blvd,Suite 300 a.TYPE 2c. CITY 2d.STATE 2e.ZIP CODE Corporation Sarasota Florida 34240 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE No John Downes, P.E., Project Principal 7.NAME OF FIRM(If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS Stanley Consultants, Inc. 941.907.2071 downesjohn @stanleygroup.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 10.PROFILE OF FIRM'S EXPERIENCE AND 9.EMPLOYEES BY DISCIPLINE ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Profile c.Revenue Index a.Function c.No.of Employees b.Experience Number Code b Discipline (1)FIRM (2)BRANCH Code p (see below) 02 Administrative 166 1 Al2 Automation;Controls;Instrumentation 1 15 Construction Inspector 78 2 D02 Dams(Earth;Rock);Dikes;Levees 2 16 Construction Manager 44 1 S13 Storm Water Handling&Facilities 6 18 Cost Engineer/Estimator 8 S09 Structural Design;Special Structures 2 12 Civil Engineer 42 Construction-Roadways 6 08 CADD Technician 82 23 Environemental Engineer 35 32 Hydraulic Engineer 7 38 Land Surveyor 12 47 Planner:Urban/Regional 7 . 57 Structural Engineer 62 58 Technicien/Analyst 45 60 Transportation Engineers 80 62 Water Resources Engineer 18 Engineer-In-Training 1 Other Employees 297 0 Total 983 5 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 5 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 6 5. $1 million to less than$2 million 10.$50 million or greater - c.Total Work 7 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE p ,., d. DATE C December 2,2014 c. NAME AND TITLE John Downes, P.E., Manager, Florida Operations Professional Architectural and Engineering Services,RFQ 2014-346-YG STANDARD FORM 330(6/2004)PAGE 6.7 • �� 1. SOLICITATION NUMBER(If any)ARCHITECT— ENGINEER QUALIFICATIONS RFQ-2014-346-YG • • PART I1'—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 7. DUNS NUMBER Stanley Consultants,Inc. 1913 00-798-9056 2b. STREET 5.OWNERSHIP 1228 East 7th Avenue a.TYPE 2c. CITY 2d. STATE 2e.ZIP CODE Corporation Tampa Florida 33605 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE No Jeffrey Siewert,Senior Project Manager 7.NAME OF FIRM(If block 2a is a branch office) Stanley Consultants, Inc 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 813.983.7835 siewertjeffrey @stanleygroup.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile c.Revenue Index Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Number (see below) 02 Administrative 166 Al2 Automation;Controls; Instrumentation 1 15 Construction Inspector 78 D02 Dams(Earth;Rock);Dikes;Levees 1 16 Construction Manager 44 S13 Storm Water Handling&Facilities 1 18 Cost Engineer/Estimator 8 S09 Structural Design;Special Structures 1 12 Civil Engineer 42 1 Construction-Roadways 1 08 CADD Technician 82 1 T03 Traffic&Transportation Engineering 2 23 Environemental Engineer 35 32 Hydraulic Engineer 7 38 Land Surveyor 12 47 Planner: Urban/Regional 7 57 Structural Engineer 62 58 Technicien/Analyst 45 60 Transportation Engineers 80 2 62 Water Resources Engineer 18 Other Employees 297 0 Total 983 4 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work l 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 2 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 2 a. SIGNATURE (-7 >�.��� e. DATE December 2, 2014 c. NAME AND TITLE John Downes, P.E., Manager, Florida Operations Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 6.7 1 1. SOLICITATION NUMBER(If any) C ARCHITECT- ENGINEER QUALIFICATIONS RFQ-2014-346-YG 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 Stanley Consultants, Inc. 1913 00-798-9056 2b. STREET 5.OWNERSHIP 225 Iowa Avenue a.TYPE 2c. CITY 2d. STATE 2e.ZIP CODE Corporation Muscatine IA 52761 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE No Michelle L. French,C.I.H., Federal Practice Leader 7.NAME OF FIRM(If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 314.740.9955 FrenchMichelle @stanleygroup.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED I 8c.DUNS NUMBER *Stanley Consultants'full-service staff listed above is supplemented with approximately 200 engineers,architects,planners,construction administrators and specialized staff from affiliate and subsidiary companies,for a total of over 1,100 employees. 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a. c.Revenue Code b.Discipline (1)FIRM (2)BRANCH Profile b.Experience Index Number Code (see below) 02 Administrative 166 A05 Airports;Navaids;AirportLighting;AircraftFueling 1 15 Construction Inspector 78 3 A09 Anti-Terrorism/Force Protection 1 16 Construction Manager 44 3 B01 Barracks;Dormitories 1 18 Cost Engineer/Estimator 8 3 B02 Bridges 2 12 Civil Engineer 42 2 C18 Cost Estimating;Cost Engin and Analysis; 4 08 CADD Technician 82 31 D02 Dams(Earth;Rock);Dikes;Levees 2 23 Environemental Engineer 35 11 E07 Energy Conservation;New Energy Sources 3 32 Hydraulic Engineer 7 3 G01 Garages;VehicleMaintFacilities;ParkingDecks 4 38 Land Surveyor 12 G04 Geographic Information System Services: 1 47 Planner:Urban/Regional 7 3 H01 Harbors;Jetties;Piers;Ship Terminal Facilities 4 57 Structural Engineer 62 20 H04 Heating;Ventilating;Air Conditioning 4 58 Technicien/Analyst 45 15 H07 Hwys;Streets;Airfield Paving;Parking Lots 5 60 Transportation Engineers 80 12 101 Industrial Buildings;Manufacturing Plants 5 62 Water Resources Engineer 18 3 P06 Planning(Site,Installation,and Project) 4 42 Mechanical Engineer 55 22 P12 Power Generation,Transmission,Distribution 8 06 Architect 9 7 R06 Rehabilitation(Buildings;Structures;Facilities) 2 07 Biologist 3 1 R11 Rivers;Canals;Waterway;Flood/ErosionControl 6 10 Chemical Engineer 5 4 SO4 Sewage Collection,Treatment&Disposal(WW) 6 21 Electrical Engineer 88 28 S11 Sustainable Design 4 Other Employees 267 115 S13 Storm Water Handling&Facilities 6 Total 983 T03 Traffic&Transportation Engineering 6 290 W03 Water Supply;Treatment;and Distribution 5 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 8 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 9 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 9 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE 12/2/2014 r P �tw _i -fE,.-k-- - c. NAME AND TITLE Michelle L. French,C.I.H., Federal Practice Leader Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 6.7 111111 1. SOLICITATION NUMBER(If any) ARCHITECT- ENGINEER QUALIFICATIONS RFQ-2014-346-YG 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 8. DUNS NUMBER Stanley Consultant,Inc. 1996 025511531 2b. STREET 5.OWNERSHIP 383 West Vine Street,Suite 400 a.TYPE Corporation 2c. CITY 2d. STATE 2e.ZIP CODE Murray Utah 84123 b.SMALL BUSINESS STATUS N/A 6a. POINT OF CONTACT NAME AND TITLE Mark I. Freeman, PE,Vice President 7.NAME OF FIRM(If block 2a is a branch office) Stanley Consultants, Inc. 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (801)293-8880 freemanmark @stanleygroup.co 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED I 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND a.Function b.Discipline c.No.of Employees ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS Code (1)FIRM (2)BRANCH c.Revenue a.Prole b.Experience Index Number 02 Administrative 166 4 Code f . (see below) 15 Construction Inspector 78 18 16 Construction Manager 44 4 B02 Bridges 3 18 Cost Engineer/Estimator 8 5 C15 Construction Management 6 12 Civil Engineer 42 2 C16 Construction Surveying 5 08 CADD Technician 82 4 D04 Design Build 3 23 Environemental Engineer 35 2 E02 Educational Facilities;Classrooms 1 32 Hydraulic Engineer 7 2 E03 Electrical Studies and Design(WR/E) 2 38 Land Surveyor 12 2 H07 Highways;Streets;Airfield Paving;Parking 7 47 Planner:Urban/Regional 7 1 H12 Hydraulics&Pneumatics 3 57 Structural Engineer 62 3 106 Irrigation;Drainage 2 58 Technicien/Analyst 45 2 L01 Laboratories;Medical Research Facilities 1 60 Transportation Engineers 80 8 L06 Lighting(Exteriors;Streets; Memorials; 2 62 Water Resources Engineer 18 4 P12 Power Generation,Transmission, 1 R04 Recreation Facilities(Parks,Marinas,Etc.) 1 R11 Rivers;Canals;Waterways;Flood Control; 5 SO4 Sewage Collection,Treatment and Disposal 3 S09 Structural Design;Special Structures 1 S10 Surveying;Platting;Mapping;Flood Plain 2 Other Employees 230 0 S13 Storm Water Handling&Facilities 2 Total 983 61 T03 Traffic&Transportation Engineering 7 W03 Water Supply;Treatment;and Distribution 3 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 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 7 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 7 12.AUTHORIZED REPRESENTATIVE(The foregoing is a statement of facts.) a. SIGNATURE f. DATE November 19,2014 c. NAME AND TITLE Mark I. Freeman, PE, Vice President Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 6.7 • C 1. SOLICITATION NUMBER(If any) ARCHITECT- ENGINEER QUALIFICATIONS RFQ-2014-346-YG . 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 9. DUNS NUMBER Stanley Consultants,Inc. 1984 87-770-2381 2b. STREET 5.OWNERSHIP 1661 East Camelback Road,Suite 400 a.TYPE 2c. CITY 2d. STATE 2e.ZIP CODE Corporation Phoenix AZ 85016 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE NO David Fabiano, Project Principal 7.NAME OF FIRM(If block 2a is a branch office) SC Companies, Inc. 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 602.333.2236 FabianoDavid @stanleygroup.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED I 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile c.Revenue Index Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Number (see below) 02 Administrative 166 9 B02 Bridges 3 15 Construction Inspector 78 0 C15 Construction Management 6 16 Construction Manager 44 8 C16 Construction Surveying 5 18 Cost Engineer/Estimator 8 1 D04 Design Build 3 12 Civil Engineer 42 6 E02 Educational Facilities;Classrooms 1 08 CADD Technician 82 6 E03 Electrical Studies and Design(VVR/E) 2 23 Environemental Engineer 35 2 H07 Highways;Streets;Airfield Paving; 7 32 Hydraulic Engineer 7 1 H12 Hydraulics&Pneumatics 3 38 Land Surveyor 12 6 106 Irrigation;Drainage 2 47 Planner:Urban/Regional 7 1 L01 Laboratories;Medical Research 1 57 Structural Engineer 62 5 L06 Lighting(Exteriors;Streets; 2 58 Technicien/Analyst 45 2 P12 Power Generation,Transmission, 1 60 Transportation Engineers 80 16 R04 Recreation Facilities(Parks,Marinas, 1 62 Water Resources Engineer 18 3 R11 Rivers;Canals;Waterways;Flood 5 SO4 Sewage Collection,Treatment and 3 S09 Structural Design;Special Structures 1 S10 Surveying;Platting;Mapping;Flood 2 S13 Storm Water Handling&Facilities 2 T03 Traffic&Transportation Engineering 7 Other Employees 230 0 W03 Water Supply;Treatment;and 3 Total 983 66 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 2 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 8 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 8 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. Sc I TURE g. DATE 40) 11/19/2014 c. NAME AND TITLE David Fabiano, Project Principal Professional Architectural and Engineering Services,RFQ-2014-346-YG STANDARD FORM 330(6/2004)PAGE 6.7 GROUP TAB ENGINEERING STRUCTURAL 2 2.2 QUALIFICATIONS OF PROPOSER TEAM ORGANIZATIONAL CHART Stanley Consultants INC IAMI BEAC PROJECT MANAGER Project Principal John Downes, PE l4 Project Manager QA/QC Predrag Milosavljevic, PE Paul Walanskv, PE Structural Engineers Water Resource Don Rainey, PE Kwaku Oben-Nyarko, PE Eric Huskey, PE Luis Santana, PE Hoi Wing Lai, El Roadway/Drainage Engineers Environmental/Permitting Renaud Olivier,PE Cyndy Kendrick,PE Courtney Arena Hoi Wing Lai, El Electrical Support Dan Hill George Gardner, P.E. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN I Page 19 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP ' TAB B ' ENGINEERING. STRUCTURAL 2 ;, . JOHN DOWNES, P.E. r _ PROJECT PRINCIPAL I CONTRACT MANAGER i 1 ,� Education: t B.A.,Trinity College, Dublin, Ireland, Civil Engineering Specialized Ti wining: PSMJ Project Management ° Licensed Marine Captain ° Hazmat i /Hazwop Certified Q ICS Certification (Emergency Management Services) License: FL License No.47559 John has over 28 years of professional experience that encompasses design, construction, general civil and site development projects, and construction management. His experience includes managing many different types of projects with a variety of both public and private clients. During his career, he has worked with corporations, small and large size municipalities, federal and state agencies, including, SFWMD, FHWA and FDEP. His previous roles include business development, acting as the principal in charge, client manager, oversight project manager and project manager. His experience includes: Sewer Spill Emergency Management Support; City of Miami Beach; Miami Beach, FL-Project Principal responsible to the client for overseeing project management, budget and schedule control, client liaison, contract administration, and quality control/assurance. Stanley Consultants worked with the City's emergency management coordinator and various other Public Works and Environmental Resource Management staff in the preparation of a response plan, site safety plan and an Abnormal Event Notification Report which was forwarded to the State DEP offices. Hood Road Improvements; Palm Beach County; Palm Beach Gardens, FL-Project Principal for widening the existing one-mile long 2-lane Hood Road project segment to a 4-lane divided urban arterial from east of Florida's Turnpike to west of Central Boulevard. Improvements will include the addition of a 2-lane bridge over 1-95 adjacent to an existing 2-lane bridge. Other tasks include permitting, geotechnical investigation, drainage, utilities, and development of a right-of-way procurement map for the project corridor. p 9 Yp P P 1 Substructure Repairs; Pelican Bay Foundation; Naples, FL-Project Principal. Stanley Consultants performed a field review, a condition evaluation, and developed construction plans and specifications for repair of the south boardwalk substructure. Services included obtaining the necessary permits and providing bidding and construction phase services. The wooden boardwalks and railings along with a number of utilities that traverse the tidal areas are supported by reinforced concrete piles and pile caps. The support system beyond the tidal areas includes timber piles. Pier and Boardwalk Repair; Charlotte County Government, FL-Project Principal responsible for overall project management, budget and schedule control, client liaison, contract administration, and quality control/assurance. The two "boardwalk" structures and the fishing pier are located in Port Charlotte, Florida. Stanley Consultants was selected to develop documents that represented the existing structures and to prepare the design for repairing the structures. Storm Structures; Charlotte County Government; Port Charlotte, FL-Project Principal responsible for overall project management, budget and schedule control, client liaison, contract administration, and quality control/assurance. Project included designing weir structures for precast culvert structures in Charlotte County. The weir structure heights range from 9 feet to 15 feet. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Consultants" SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" Page 20 GROUP TAB ENGINEERING STRUCTURAL 2 Intersection Improvements; Lee County, FL-Project Principal. Stanley Consultants was responsible for developing intersection improvement alternatives and presenting them to the public.This involved coordinating data collection and public involvement assistance. The project is currently pending County approval of the recommended roundabout alternative. Prior to joining Stanley Consultants. H &J Contracting; Wellington, FL-Project Manager representing the contractor working on the$10.5 million AIA redevelopment project in Riviera Beach. The client was the City of Riviera Beach, with oversight from the FDOT and FHWA. Responsibilities involved all aspects of construction and record keeping for this stimulus funded ARRA project. Working closely with the CEI, was instrumental in all scheduling of construction efforts, subcontractor coordination, FDOT required construction quality control efforts, tracking of all-Buy America requirements, change order requirements invoice preparation and tracking of all payments to subcontractors with related certifications. Calvin, Giordano&Associates; Fort Lauderdale, FL-Executive Vice President instrumental in implementing various programs within the company to help foster efficiency and profitability in our operations, including automated time management software, creation of Cadd standards and standardization of deliverables between the offices. Responsible for providing management and oversight of all services provided by the company to clients in South, Northwest and Central Florida.These services include IT, surveying, engineering, planning, landscape architecture and emergency management. Provided highway design and planning, site design review, engineering services, roadway and drainage design, park planning and design, construction observation and traffic engineering to various Counties in Florida. Lawson Noble & Webb; West Palm Beach, FL-Designer in the Land Development Division taking projects from conceptual phases through design, permitting and construction. Involved in client and contractor coordination, inspection, cost estimates and pay request approvals. Project engineer and Project Manager in the Roadway Design Division, worked with clients such as the FDOT (Florida Dept. of Transportation) and Palm Beach County. Duties included design of projects along 1-95 in Palm Beach County, various roadway intersection improvement projects and minor roadway redesign projects in Martin and St. Lucie Counties. Palm Beach County Emergency Management Division, FL-Provided oversight and acted as the Principal in Charge on all services provided to the County related to emergency management. • Marathon and Islamorada in the Florida Keys(newly formed municipalities). • City of Parkland (Roadway improvement projects and general municipal services). • Town of Bay Harbor Islands(Street improvement projects). • Jupiter(AIA design services along with general municipal services). • Mangonia Park(General municipal services). • Lake Park(Lakeshore Drive redesign, marina design improvements and municipal services). • The Florida Department of Environmental Protection on the Deepwater Horizon project. � PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 21 Stanley SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP 7A8 B ENGINEERING STRUCTURAL { 2 I PREDRAG MILOSAVLJEVIC, P.E. SENIOR STRUCTURAL.ENGINEER• H1lr \ I "" Education: M.Eng., University of Toronto-Canada, Structural Engineering B.S., Belgrade University, Civil Engineering License: FL License No. 54961 L Predrag has over 26 years of professional experience that includes bridge design, structural engineering and project management in new design and rehabilitation design of concrete, slab-on-girder type bridges (prestressed and steel girders), voided slab bridges, steel bridges and related transportation structures and hydraulics structures. He is experienced in inspecting and providing condition surveys of bridge structures, bridge rating and retaining walls. He has provided supervision, administration, and quality control of various bridge and transportation projects. Hendrickson Dam Spillway Replacement Phase 2; City of Punta Gorda, FL-Lead Structural Engineer responsible for designing a 500-ft replacement dam for the water supply reservoir. The existing sheet piling for both the spillway and abutments will be replaced with new sheet piling and tie-back system. Concrete caps will be constructed on top of the new sheet piling. Stilling base slab will be constructed in front of the new spillway. The replacement of the spillway includes reconstruction of the boat lift at the south end of the dam. Storm Structures; Charlotte County Government; Port Charlotte, FL-Project Manager responsible for the design and post-design services of four weir structures and load rating of the culverts. Stanley Consultants is responsible for designing weir structures for a number of the precast culvert structures in Charlotte County. The weir structure heights range from 9 feet to 15 feet. The weir structural design includes the application of current AASHTO LRFD methods. The design tasks also include load rating the precast culverts which have spans in excess of 20 feet. Stanley Consultants will also be engaged in post-design services including shop drawings reviews. Lake Hancock P-11 Replacement; Southwest Florida Water Management District; Bartow, FL-Structural Engineer responsible for design and coordination with graphics of steel sheet pile wing wall for the exiting water control structure P-11. The surface area of Lake Hancock is approximately 4,550 acres. Discharge from the lake occurs at the district's structure, P-11 and forms South Saddle Creek. CR 510 over Lateral D Canal — Indian River County, Vero Beach, FL-Lead Engineering responsible for bridge design of a three-span continuous cast-in-place concrete flat slab bridge on a 1,000 foot radius curve, with 30 to 40 degree skew. The existing two-lane rural roadway will be reconstructed to a four-lane divided suburban roadway and designed to accommodate an ultimate six-lane facility. Districtwide Miscellaneous Structures Design Services; Florida Department of Transportation, District 5; Osceola, Orange, Volusia, and Flagler Counties, FL-Structures Design Consultant responsible for the review of bridges, retaining walls and sign structures plans; load rating (LRFR) of bridges and box culverts, Steel Strain Pole design calculation and Standard Drawing Index development. The design work is according to current Structures Design Guidelines and AASHTO LRFD standards. This design service project is task work order based project. The project so far involved load rating of three concrete bridges, design and plans for the Emergency Erosion Repair along Al A involving sheet piling with tiebacks; constructability/ biddability review of the plans for SR 19 Over Juniper Creek. Bridge Over C23 Canal; Martin County, FL-Engineer of Record and Project Manager for this AASHTO beam horizontally curved bridge. Responsible for design and coordination from preliminary design through the final design and post design of the project. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 22 Stan) u.� SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TA8 B ENGINEERING STRUCTURAL 2 1-95 Over Pellicer Creek Bridge Widening; Flagler County, FL-Senior Design Engineer using AASHTO design standards for widening the 1-95 girder bridge and rehabilitation of existing bridge piles. The project is located at the Flagler and St.John County line. Constructability/Biddability Plans Review; Florida Department of Transportation, District 5; Osceola, Orange, Volusia, and Flagler Counties, FL-Construction Specialist responsible for the review of bridge plans according to AASHTO standards. The project involved steel girder and slab type bridges, and retaining structures. Work was concentrated on adequate construction sequencing, utility conflicts, confirmation of field conditions, compatibility between roadway and bridge plans, and consistency within bridge plans. Harlem River Lift Bridge Rehabilitation; Metro-North Railroad; New York City, NY-Senior Design Engineer for this steel railroad lift bridge rehabilitation project involving design and construction plans production of a droop cable system, transformer support platform, and facilities buildings. SR Al A, Martin County Project Development and Engineering (PD&E) Study - Ernest Lyons Bridge Replacement; Florida Department of Transportation, District 4; Martin County, FL-Project Engineer on the PD&E study for this 2.2-km (1.2-mile) corridor which includes the Ernest F. Lyons Bridge, built in 1957, which consists of a two-lane mid-level bascule structure over the Atlantic Intracoastal Waterway. The corridor also includes two low-level fixed bridges which join two fill islands in the Intracoastal -one to Sewall's Point on the mainland side and one to Hutchinson Island, a barrier island along the Atlantic Ocean. Responsibilities include performing the structural analysis and design of Bulb Tee alternative, and design of substructure for segmental alternative necessary to prepare the report. Possible replacement structures include a 4,700-foot- long high level segmental box girder with 65 feet of clearance over the main channel. JJW Johns Bridge Evaluations; Ministry of Public Works; Harper, LR-Project Manager responsible for design, plan, specifications and front end document production. Stanley Consultants is responsible for above and underwater inspections of four bridges-Gabriel Tucker Bridge and St. Paul River Bridge in Monrovia; and JJW Johns Bridge and the Port Bridge in Greenville. Services also included bridge load ratings of all structures. Stanley Consultants is the Engineer of Record for the two complex bridges in Monrovia. The Gabriel Tucker Bridge was constructed in 1979 and consists of a two-lane, cast-in-place, post-tensioned concrete box girder structure. The bridge is 46 feet wide and 1,480 feet long, with three interior spans of 350 feet each and two end spans of 174 feet each. The St. Paul River Bridge was constructed in 1978. It consists of a two-lane, cast-in-place, post-tensioned concrete box girder bridge. The bridge is 46 feet wide and 874 feet long, with one interior span of 382 feet each and two end spans of 246 feet each. The JJW JOHNS BRIDGE (Location #1) over the Sinoe River was constructed in 1968. The superstructure of the bridge consists of two continuous steel plate girders with the concrete slab. The bridge has four spans totaling approximately 756 feet in length. The Reinforced Concrete Bridge at the entrance to the Port of Greenville is single span reinforced concrete bridge(slab on reinforced concrete beams). Thomas B. Manuel Bridge Over St. Lucie Canal; Martin County, FL-Senior Design Engineer for this project involving the rehabilitation of Florida Turnpike's Thomas B. Manuel Bridge, a 3,200-foot-long, high level bridge over the St. Lucie Canal. Work includes replacing expansion joints and bearings; adding safety shape barrier to outside railings; cross slope correction on the approaching roadway; improving the shoulder drainage collection system on bridge approaches; and adding erosion protection to eroded banks of the St. Lucie Canal under the bridge. Kirk Island - Mainland Bridge; Croatia-Bridge Engineer responsible for the bridge rehabilitation of superstructure for two post-tensioned concrete arches with spans of 1,280 and 623 feet. Participated in the rehabilitation study and design of scaffolding and subsequently supervised production and erection. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 23 Stanley Constitants x SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB B ENGINEERING STRUCTURAL 2 I ERIC HUSKEY, P.E. STRUCTURAL ENGINEER-CIVIL, BRIDGES,WATER STRUCTURES c.;i Education: M.S., North Carolina State University, Civil Engineering—Structures B.S., Colorado State University, Civil Engineering License: FL License No. 56593 Eric has over 25 years of engineering experience that includes analysis and design of a variety of civil engineering projects including water control structures, bridges, culverts, retaining walls, and drainage and flood control projects. His structural background includes structural analysis and design, post-design services, inspection, cost estimation, and report and construction document preparation. His design experience includes multi-bay spillway structures with roller gates, reservoir outlet structures, reservoir crest spillway structures, small pump stations and small water control structures. Lake Hancock P-11 Replacement; Southwest Florida Water Management District; Bartow, FL-Structural Engineer responsible for structural design of a four-bay gated spillway structure. This project included the design of the replacement structure for P-11, including structural, mechanical, electrical, and instrumentation and controls engineering services.The structure consists of four gates: two 20-foot wide roller gates and two 10-foot wide weir gates. S-49 Gate Operator Replacement; South Florida Water Management District, FL-Structural Engineer responsible for designing the replacement of an existing screw stem gate operator and concrete operating platform for a 2 bay gated spillway structure with a drum and cable system gate operator and steel operating platform. The design sequence of construction allowed for continuous functioning of the structure by replacing the operator and platform one bay at a time with the other bay in operation. Underwater Structure Inspection Program; South Florida Water Management District; South Palm Beach County, FL--Project Engineer responsible for inspecting civil and structural portions of SFWMD water control structures and produced reports describing condition of structures and recommendations for repair, if necessary. Project included inspections of 117 water control structures as part of the South Florida Water Management District's Structures Inspection Program (SIP). These structures included a mix of spillways, gated culverts, pump stations and bridges. Inspections included evaluation of site-civil, structural, electrical, mechanical and bridge components. Hendrickson Dam Spillway Replacement Phase 2; City of Punta Gorda; FL-Structural Engineer responsible for QC for design concepts, calculations, and drawings for replacement of a steel sheet pile dam. The project consisted of design and construction services that included spillway replacement of the 500 feet of sheet piles for the Punta Gorda impoundment. The components of the design included structural analysis, geotechnical evaluation, surveying,and permitting. SFWMD Central Region Structure Inspection Program; South Florida Water Management District, FL- Structural Engineer responsible for inspecting civil and structural portions of SFWMD water control structures and produced reports describing condition of structures and recommendations for repair if necessary. Performed inspections of eighteen water control structures as part of the SIP. G161 Design; South Florida Water Management District; North Palm Beach, FL-Project Manager managed design of project consisting of jack-and-boring twin 60-inch culverts underneath a busy four-lane roadway. This project provides a new connection from the L-8 Reservoir through the regional water storage PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 24 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" g GROUP TAB B( ENGINEERING STRUCTURAL 2 i I and conveyance system to the Northwest Fork of the Loxahatchee River and facilitates hydroperiod restoration of the slough, maintains existing flood protection, and provides improved conveyance for the regional water system. G-311 Post Design Services; South Florida Water Management District; Palm Beach County, FL-Project Manager responsible for responding to RFI's, review of shop drawings and value engineering proposals, and attending bi-weekly construction progress meetings and site visits. Additional duties included aiding in the resolution of conflicts between the client and the contractor, preparing a reproducible Record Set of drawings incorporating changes made during construction and participating in the startup and testing of the operation of each gate. These were post design services provided during the construction of a bi-directional 3-bay spillway structure at the western edge of STA1-E. Bridge Scour Program; Puerto Rico Department of Transportation&Public Works, PR-Structural Engineer task lead responsible for performing scour analysis of existing bridges. Eastpointe Pump Station Design; Northern Palm Beach County Improvement District; North Palm Beach, FL-Structural Engineer responsible for design of precast panel & soldier pile retaining wall, pump support piles & beams, control building slab & pump pad, and concrete driveway. Developed structural drawings for layout of control building, retaining wall details, pump support details, dewatering plan, and construction sequence. Also developed structural specifications and aided in the development of structural quantities. Lockport Cofferdam Designs; Confidential Client-Structural Engineer responsible for development of structural drawings, designed cofferdam lifting beam, and analyzed barge platform stability and cofferdam emergency flooding. Provided engineering support for contractor for design of steel cofferdam adjacent to 100- year old gated water control structure on Chicago Ship and Sanitary Canal. Included engineering design and computations to fulfill U.S.Army Corps of Engineers requirements for Temporary Retaining Structure(TRS). Lake Pontchartrain and Vicinity Project Closure Gates Upgrade; U.S. Army COE, Vicksburg District; Vicksburg, MS-Structural Engineer responsible for analyzing several T-shaped floodwalls for stability and strength for various storm events. The Design Report for Reach LPV101 to LPV104 Gate Structures required the analysis of 15 closure gates integral to the hurricane protection system along the Lake Pontchartrain shorefront for New Orleans from 17th Street Canal to IHNC. The structures were analyzed for conformity to design levels of protection and necessary upgrades were designed. Closure gates were defined to include the gate (swing or slide, mitre, and roller), monolith, sill, abutment and foundation. An initial condition assessment was made and any deficiencies were noted, analyzed,and solutions proposed. Daytonia Road and Cleveland Road Bridge Replacement Study; Florida DOT, District 6; Miami Beach, FL-Structural Engineer performed Working Stress Load Rating for single span post-tensioned concrete bridge over a canal. This 50-year old bridge was closed by Florida DOT when it was found to be a safety risk during a routine inspection. Stanley Consultants prepared a bridge study and designed the replacement for the new bridge. The new design included a higher navigational clearance for boaters, a lower vertical profile and eliminated canal support structures that could possibly harm the endangered seagrass. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 25 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP ENGINEERING STRUCTURAL 2 DON RAINEY, P.E. SENIOR STRUCTURAL ENGINEER Education: M.S., Pennsylvania State University, Civil Engineering, 1973 B.S., Pennsylvania State University, Civil Engineering, 1970 License: FL License No.40645 Don has 39 years of experience in design of highway and railroad bridges,with 25 years of experience in the State of Florida. His experience includes design of highway related structures such as culverts, sound walls, sign structures, and mast arms. His responsibilities include design of concrete and steel bridges, signal and signing structures, culverts, and sound walls. He has served as lead engineer in the development of Florida DOT standards for mast arms, lighting, and pile splices. He has been involved in peer reviews of major bridges over the ICWW, and has prepared renovation plans for several historic bridges in Florida. Structural Design for Mast Arms and Signal; Sarasota County, FL-Project Manager responsible for design of two signal structures utilizing FDOT standard mast arms and Sarasota County special details. Performed analysis of existing signal structures that are being modified by adding larger signals. Stanley Consultants performed the design of two mast arm signal structures and one single pole structure as a subconsultant to Bayside Engineering. Florida Department of Transportation (FDOT) mast arm program and mast arm standards were utilized to develop mast arm summary sheets for inclusion in the plan set. Review for adequacy of a single pole structure was verified for signal size and mounting height. Advanced Traffic Management System Design Build; Florida DOT, D1, Manatee County, FL-Structural Engineer responsible for preliminary design of cantilever signal structures for Intelligent Transportation Systems. Structures utilized standard FDOT Indexes. The project consisted of the design of cantilever sign structures for Intelligent Transportation Systems (ITS) utilizing standard FDOT Indexes. Design also included design of four mast arm structures, including mast arms, upright poles, and drill shaft piles which will support a variety of traffic control sign heads and signs, as well as development of construction plans. CR771 (Gasparilla Rd) Widening Design; Port Charlotte, FL-Staff Engineer responsible for design of replacement or widened bridge on CR 771. The project includes development of plans for replacement bridge consisting of prestressed flat slabs. The existing bridge at CR 771 (Gasparilla Road) is 40 years old and in fairly good condition. It is 42'wide, but when widened on both sides there will only be 25'of the existing bridge left in the middle of a 103' wide bridge. The replacement bridge will be a 145 foot long, 3-span bridge. The bridge will be 103 feet wide and provide 4 travel lanes, raised medians, and 10 foot multi-use paths on both sides. Alico Road Alignment Study; Confidential Client--Structural Engineer responsible for development of alternatives for lengthening the existing culvert as part of a roadway widening project. Stanley Consultants prepared the Alico Road Alignment Study to reconstruct the existing two-lane roadway to an interim four-lane divided and ultimate six-lane divided corridor with sustainable features to promote transit, bicycle and pedestrian travel modes. Substructure Repairs; Pelican Bay Foundation; Naples, FL-Project Manager responsible for development of plans and specifications for repair of substructure supporting pedestrian boardwalk. Substructure consisted of pre-cast concrete piles and pile caps. Repairs included spall repairs, crack repairs, and pile strengthening. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 26 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB B ENGINEERING STRUCTURAL 2 I � Stanley Consultants performed a field review, a condition evaluation, and developed construction plans and specifications for repair of the south boardwalk substructure. Services included obtaining the necessary permits and providing bidding and construction phase services. The wooden boardwalks and railings along with a number of utilities that traverse the tidal areas are supported by reinforced concrete piles and pile caps. The support system beyond the tidal areas includes timber piles. Storm Water Pump Station Design; Confidential Client, Collier County, FL-Structural Engineer responsible for structural design of storm water pump station. Project involved three-bay pump station, equipment supports, and control building.The project involved design of a stormwater pump station. The client desired to maximize volumes in the pond system by regulating surface water elevation utilizing the pump station. The pumps were controlled to discharge to the river on a regulatory schedule as permitted by the state regulatory agency. Roadway Widening; Collier County, FLLead Structural Engineer responsible for design of all bridges on this project. Coordinated with water management district to determine canal requirements, developed bridge layout, and supervised preliminary ry desi n. Evaluated alternative designs, and developed the Bridge Development Report (BDR) and 30% bridge plans. The project consisted of 6.5 miles of roadway widening from an existing two-lane rural facility to a four-lane urban facility. Included in the design were three signalized intersections, three bridges over canals, and closed drainage system. W. Terry Roadway Improvements; City of Bonita Springs; Bonita Springs, FL-Structural Engineer responsible for field review of existing culvert and evaluation of structural condition. Developed details for extension of culvert. This project involved design plans for reconstructing one mile of roadway in an urban environment. The proposed roadway was widened to accommodate a center turning lane, curb and gutter, and closed drainage system. Major project components included intersection signalization, extension of box culverts, environmental permitting, and roadway design and construction specifications. Coordination with railroad, school, and local agencies will be conducted throughout the project. SFWMD Water Control Structure Modifications; South Florida Water Management District, FL-Structural Engineer responsible for field review of water control structures. Inspected structural portions of culverts, weirs, gates, and pump stations. Stanley Consultants provided detailed structural inspection, design modifications, and refurbishments to water control structures, canals, levees, bridges, and pump stations throughout the Central Region of the District. Stanley Consultants added automation features to structures G- 78, G-79, and G-81. Civil tasks included site layout and design of stilling wells, staff gages, and security fencing. Structural tasks included details for the Control Building and Antenna and a connection detail for gate G-79. Intersection Improvement Study; Confidential Client, FL-Structural Engineer responsible for development of bridge concepts for study of intersection improvement. Developed concrete and steel alternatives, and presented pros and cons of each. The report provided environmental and engineering analyses that will serve as a document of record for support of subsequent engineering decisions by the County. Bridge Emergency Repair; Confidential Client, FL--Project Manager responsible for developing repair plans for three scour critical bridges. A major aspect of the project was installation of grout-filled fabric riprap for embankment and pile protection. Other work included spall repairs, pile armoring,and deck joint repairs. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 27 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP MB rob ENGINEERING STRUCTURAL ,D 2 ! t LUIS SANTANA, P.E. STRUCTURAL ENGINEER f ' "V . A Education. B.S.C.E., Florida Atlantic University, Civil Engineering B.S., Florida Atlantic University, Ocean Engineering Certifications: Advanced Open Water Diver, No.9607207429 • Enriched Air Diver, No.0901050733 • FHWA-NHI-13091 Underwater Bridge Inspect.Training License. FL License No. 76363 Luis has over seven (7) years of professional engineering experience. His civil engineering experience includes structural and foundation design, site demolition planning, and LEED experience. His structural background includes concrete, steel,wood, masonry, sheet piles, and pile foundations design of hydraulic and non-hydraulic structures. His software experience includes Microsoft programs, MathCad, STAAD Pro, CPGA/ CPGC/CPGG from USACE, Cwalshet, Micro Station J/V8,and AutoCAD. IDIQ for Multi-Discipline Misc Civil Works Design and Other A-E Services Within the Florida Boundaries of Jacksonville District, Puerto Rico, and U.S.Virgin Islands; U.S.Army COE,Jacksonville District, FL-Civil/Structural Engineer responsible for the inspection and reporting of 183 miles of levees (2 regions and 10 levee systems) in the SFWMD water basin for US Army Corps of Engineers. The project consists of a number of tasks which include preparing the Pre-Inspection Packets, conducting levee inspections and creating the periodic levee inspection reports. Pre-Inspection Packets consist of detailed report of historical information about the levees and current condition of the levees and all structures. The levee inspection consists of walking the levees and conducting a detailed inspection of existing deficiencies and identifying new deficiencies.The periodic levee inspection reports consist of detail inspection findings. 1-95 Widening Design-Build; Florida Department of Transportation, District 4; St. Lucie, FL-Structural Engineer responsible for the design of bridge superstructure, substructure, and foundation of widening bridge. Stanley Consultants provided bridge structural engineering services for the 1-95 widening over Indrio Road design—build project. The existing four-span, 280-foot concrete bridge is being widened towards the median and designed in accordance with the FDOT Structural Design Guidelines and AASHTO LRFD design specification. The widened superstructure is comprised of prestressed concrete Florida I Beams. The new substructure components were designed to resist vehicular collision forces. Stanley Consultants is also responsible for utility coordination and post-design services. Load Rating of Existing Bridges; Puerto Rico Department of Transportation & Public Works, PR-- Structural Engineer responsible for the structural investigation of 289 bridges throughout Puerto Rico. The investigation included the verification of structural components which include bridge length and width, barrier and beam sizes and scour conditions at and near the bridge Additional responsibly included analysis and creating bridge load rating reports for all bridges. Structure Inspections; Southwest Florida Water Management District, FL-Underwater Engineer and Diver/Tender responsible for underwater inspection 6 spillways. The spillways ranged from 2 to 6 bay concrete and steel structure. These structure included one lock and dam structure; one spillway-culvert structure; and four spillways. One of the four spillways, known as Structure S-160, is Florida's largest water control spillway that has a total of six vertical lift gates. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 28 Starlh'CO^ ^� SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING STRUCTURAL L 2 Construction Management IDIQ; South Florida Water Management District; West Palm Beach and Deem City, FL-Underwater Engineer and Structural Engineer responsible for top side and underwater structural inspections of water control structures. Underwater inspection consisted of dive station operations, video recording and documentation,dive tender, and underwater inspection. SFWMD C-43 Design, West Storage Reservoir; South Florida Water Management District; Hendry County, FL-Structural Engineer responsible for providing CAD support for water flow structures, conducting field inspection and creating demolition plans of existing structures to be removed. In addition, provided designs for wing walls, anchors wall, and retaining walls. The goal of the West Storage Reservoir was to provide 160,000 acre-feet of storage. Stanley Consultants provided alternative evaluations, preliminary design, final design, bidding,and construction services. Hydro Data QA/QC; South Florida Water Management District, FL-Structural Engineer responsible for compiling PDF files into master Hydro Data Report and structural calculations for piles, handrails, and roof. Seventy-three stations/structures have been completed thus far. Hendrickson Dam Spillway Replacement; City of Punta Gorda, FL-Underwater Engineer and Structural Engineer responsible for underwater structural inspections of the dam/spillway and design of the dam/spillway replacement. Underwater inspection consisted of dive station operations, video recording documentation, dive tender, and underwater inspection. The design of the dam/spillway replacement consists of the sheet pile cantilevered and anchored wall design, concrete dead man and tie back system, pile cap design,and review of construction plans. S-251 Underwater Inspection; St. Johns River Water Management District; Palm Bay, FL-Underwater Engineer and Diver/Tender responsible for underwater inspection of four 75-inch diameter barrel culverts and sluice gates. The inspections included upstream and downstream inspection and close visual examination to detect and detail all damage, deterioration and undermining, and inspect for continuity over the full length of each barrel culvert. Lake Ponchartrain and Vicinity Closure Structures; U.S. Army COE, Vicksburg District; New Orleans, LA-Structural Engineer responsible for creating calculations and plans for the DDR Gates L1, L2, L3, L8, and L11. These responsibilities included pile cap stability(CPGA program), pile cap structural design, HP Pile and PS concrete Pile analysis, Steel Gate analysis, and coordinating with Graphic to develop drawing for plans. USACE, Rock Island New Orleans Support, New Orleans, LA-Structural Engineer responsible for 25 T wall pile caps. The pile cap design consists of determining loads, pile reactions, and design of reinforced concrete cap. The work includes raising and stabilizing levees and floodwalls, and constructing sector gate surge barriers across shipping channels. Major storm water pumping stations will be hardened to enable safe operation during and immediately after storms. Magic Way ROFC; Southern Nevada Water Authority, NV-Structural Engineer responsible for providing structural design of the masonry building which involved stability and reinforcement of building foundation, shear walls,floor slabs, and roof diaphragm connections. The calculations involved forces that are modeled for seismic and wind loads. The City of Henderson has requested the Southern Nevada Water Authority to provide an additional 6 mgd capacity at the North Rate of Flow Control Station (North ROFC). The existing capacity of the North ROFC is 9 mgd and the City has requested that the capacity be increased to 15 mgd. Water Reservior Inspection and Maintenance; City of Rapid City; Rapid City, SD-Underwater Engineer and Diver/Tender responsible for underwater inspection of the 2 million-gallon concrete potable water tank. Stanley icanu PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 29 eycon .. SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAO I 1 B ENGINEERING STRUCTURAL 2 I RENAUD OLIVIER, P.E. STORMWATER ENGINEER vik Education: B.S. University of Central Florida Civil Engineeri If ng tY 9 9 License: FL License No 58127 Renaud has over 19 years of professional Specialized Training: experience. His responsibilities are composed of • Florida DOT Specification Update Training; various management and technical engineering March 2011 tasks that include engineering calculations, • ASCE Water Resource Seminar;April 2010 preparation of construction documents, technical • Florida DOT Specifications Package Preparation report writing/permit preparation, man hour Refresher; March 2010 ; estimates, client contact, coordination with sub- • Florida DOT Advance Work Zone Traffic Control consultants, cost estimates, and quality control. Refresher Course; December 2009 Engineering calculations include vertical and • FICE/FDOT Design Conference; July 2008 horizontal geometry design, super elevation • Florida Engineering Society Access Management calculations, stormwater drainage design, (IAM)Training; May 2003 retention/detention pond design, and pavement • Florida Engineering Society American Disabilities ! design. Preparation of construction documents Act(ADA)Training; May 2003 include plan and profile sheets, typical sections, drainage structure sheets, cross section sheets, maintenance of traffic sheets and signing & pavement marking sheets, specification package assembly and cost estimates. Permit preparation includes preparing permits for the South Florida Water Management District and the Department of Environmental Protection. Jog Road at SR 80 Bridge Widening; Florida Department of Transportation, District 4, FL-Lead Drainage Engineer responsible for analyzing existing conditions and designing drainage improvements for bridge improvements over the C-51 Canal. Stanley Consultants provided engineering design for roadway, signing & pavement marking, and prepared a Bridge Development Report to widen the Jog Road bridge segment (#934273) over the C-51 Canal to eliminate substandard through lane deflections and provide bike lanes on the south leg of Jog Road at SR 80 interchange. Scoping Report NW 36th Street; Florida Department of Transportation, District 6, Miami, FL- Transportation Engineer responsible for drafting and finalizing a scoping report which analyzes roadway deficiencies and recommends solutions for a segment of NW 36th Street in Miami FL. Stanley Consultants is performing a study and developing a scope of services report for Resurfacing, Restoration and Rehabilitation (RRR). The study and analysis effort included office and field reviews to assess the physical, operational and safety conditions of the 1.611-mile corridor of SR 25 (NW 36th Street)from NW North River Drive to NW 23rd Avenue, located within the City of Miami. This study involved a comprehensive review of the corridor's physical condition, a summary of potential environmental issues, and an evaluation of safety and traffic operational conditions along the project corridor. Based on the review, deficient features were identified and potential corrective actions were recommended. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 30 Stanley Consultants,. SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" , I GROUP B TAB ' ENGINEERING STRUCTURAL 2 Phase 1 Intersection Capacity Improvements; Collier County, FL-Drainage Engineer responsible for QA/QC review of drainage design concept and pond siting report. This project provided the County the opportunity to relieve congestion at one of the major constraints on the corridor, while improving emergency evacuation capacity and creating a signature entry to the area. SFWMD Water Control Structure Modifications; South Florida Water Management District, FL-Project Engineer responsible for inspection of civil portions of various water management structures from simple flash board risers to navigation locks owned by South Florida Water Management District. Stanley Consultants provided detailed structural inspection, design modifications, and refurbishments to water control structures, canals, levees, bridges, and pump stations throughout the Central Region of the District. Structure Inspection Program Central Region; South Florida Water Management District; Clewiston and West Palm Beach, FL-Project Engineer responsible for inspection of civil portions of various water management structures from simple flash board risers to navigation locks owned by South Florida Water Management District. The objective of the Structure Inspection Program (SIP) was to develop a schedule and systematically inspect above-water and in-water inspection of 41 water control structures including 32 culverts, one lock, five pump stations,three spillways,and one weir. Field Station Master Plan SOW; South Florida Water Management District, FL-Project Manager responsible for managing the scope of work write-up for this project to improve building structures, parking lots, and helicopter pad at four field stations. The nearly immediate turnaround of this document enabled the SFWMD to create the official SOW to be completed. Districtwide Drainage Studies; Florida Department of Transportation, District 4; Various Locations, FL- Project Engineer responsible for work order No. 15 that included plans production for restoration of 3 miles of ditch. Also responsible for post design services. This project involved a drainage basin study to determine solutions for existing flooding problems along Powerline Road in Broward County, Florida. Master Drainage Plan Administration; Ministry of Transport and Works, JM-Lead Drainage Engineer responsible for reviewing existing site conditions, analyzing, designing and recommending solutions which will become part of a Master Drainage Plan. The NWA identified several locations around the Island where roads and streets have experienced flooding that has caused property damage and travel delays. The study looked at seven areas in the Kingston Metropolitan Area and other locations in Santa Cruz, Montego Bay, Falmouth, Ocho Rios, Port Maria,Annotto Bay, Bull Bay and the Spanish Town to May Pen corridor. Gun Club Road, from Kirk Road to Congress Avenue; Palm Beach County; West Palm Beach, FL-Lead Project Engineer responsible for horizontal and vertical design, drainage design and plans production. This project included roadway and drainage improvements to 1 mile of county road. The existing roadway was a two-lane facility with open drainage. The proposed roadway was a five-lane section with curb and gutters and an enclosed drainage system. The center lane of the proposed roadway allowed continuous left turns to adjacent properties. The drainage system featured storm water treatment ponds that will prevent roadway pollution from entering the C-51 canal. The ponds will also attenuate the storm water runoff quantity to levels at or below the pre-project rates. SR 614/Indrio Road - 1-95 to Kings Highway; Florida Department of Transportation, District 4; Fort Pierce, FL-Lead Drainage Engineer responsible for drainage design to replace five (5) culvert crossings, including stormwater permitting from the applicable storm water district. This RRR project included roadway construction plans for over 3.4 miles of Indrio Road in St. Lucie County. fa PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 31 StanleyConwltants.L SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB B ENGINEERING STRUCTURAL 2 KWAKU OBEN-NYARKO, P.E. ; ► WATER RESOURCES ENGINEER r.. Education: M.S., University of Iowa, Civil Engineering B.S., Kwame Nkrumah University of Science&Technology, Civil Eng • Publications: Pier and Abutment Scour Interaction,"Journal of Hydraulic Engineering, December 2011 License: FL License No. 77436 Kwaku has over nine (9) years of professional experience that covers a wide range of civil and environmental hydraulics projects in different parts of the world. Areas of expertise include bridge scour analysis, drainage design, water supply system design and analysis, large-scale physical and numerical modeling of hydraulic structures, and culvert rating analysis. CR771 (Gasparilla Rd) Widening Design; Charlotte County Government; Port Charlotte, FL-Lead Water Resources Engineer responsible for performing hydraulic and scour analysis for the 145 foot long, 3-span replacement bridge over CR-771 in Charlotte County. The proposed bridge will be 103 feet wide and provide 4 travel lanes, raised medians, and 10 foot multi-use paths on both sides. The task included estimating the design flow of Butterford Waterway, using HEC-RAS to perform hydraulic assessments and scour analysis at the bridge. River of Grass O&M Cost Methodology; South Florida Water Management District, FL-Water Resources Engineer responsible for preparing water quality module of the River of Grass Operations and Maintenance Cost Methodology and Estimating Tool. The task included identifying the various components of the water quality analysis process performed by SFWMD and developing equations to estimate operations and maintenance costs. The equations generated were implemented in a Microsoft Access database which will be used by the SFWMD to assess the cost of water quality activities for each of the project operation configuration. The objective of this project was to develop a tool to be used in the River of Grass Phase II planning effort to estimate the operations and maintenance costs of restoration configurations. Flow Data Quality Improvement at Culvert; South Florida Water Management District, FL-Lead Water Resources Engineer responsible for providing assistance for improving flow computation accuracy for 250 culvert structures in the District. Responsible for pre and post processing Computational Fluid Dynamics(CFD) data used for analyzing or developing rating equations for culverts and spillways. Other tasks include developing programs to maximize efficiency and effectiveness of rating processes, reporting significant work through technical publications or memoranda, and preparing monthly invoice documents for the project. Bridge Scour Program; Puerto Rico Department of Transportation &Public Works, PR-Water Resources Engineer responsible for preparing 121 bridge evaluation reports, conducting hydraulic & hydrologic analysis at bridge sites and preparing a plan of action to arrest scour at the bridges. Other responsibilities include coordinating the 6 sub-consultants to meet schedule targets, conducting on-site bridge inspections and participating in monthly progress meeting with the client. Jog Road at SR 80 Bridge Widening; Florida Department of Transportation, District 4, FL-Water Resources Engineer responsible for preparing Bridge Hydraulics Report and bridge hydraulic recommendations sheet. Met with SFWMD Right of Way Group to finalize C-51 canal specifications at the project location. Used HEC-RAS to perform hydraulic and scour analysis of the Jog Road Bridge. n, utility relocation, concrete,sidewalk, curb and gutter,Type SP asphalt paving, and thermoplastic striping. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 32 Sh1C0" "�°� SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING STRUCTURAL 2 FDOT, District Seven, 38th Avenue Pedestrian Bridge; Florida DOT District 7; Pinellas County, FL- Senior Inspector responsible for construction inspection of new pedestrian bridge over 38th Avenue. Work included inspection of all concrete and steel reinforcing components of bridge, drilled shaft inspection, NPDES inspections, clearing and grubbing, earthwork, stabilized subgrade and base, MOT, signalization, utility relocation, and asphalt paving. (09/2003—09/2004) FDOT, District Seven, Sunshine Skyway Cable Stayed Bridge; Florida DOT District 7; Pinellas County, FL-Senior Bridge Inspector responsible for coatings inspection of the Sunshine Skyway post tensioned Cable Stay system under a maintenance contract. Jacked existing beams, replaced Teflon coated elastomeric bearing pads, and inspected high pressure epoxy injection of cracks in columns. Documentation of all pay items and field books, assured the contractor was paid the monthly amounts which were installed or completed and documented using site source records. FDOT, District Seven, Clearwater Pass Bridge Replacement; Pinellas County, FL-Bridge Inspector responsible for inspection of all substructure and superstructure concrete reinforcing steel placement, concrete pours, prestressed concrete beam placement, and cast in place concrete deck pour. Inspected approach slabs, armor joints, traffic railing, asphalt pavement on approaches to bridge, guardrail, bridge/street lighting, signing and striping. Documentation of all pay items and field books using site source records. FDOT, District Seven, Causeway Blvd Reconstruction and Resurfacing from US 301 to US 41; Tampa Construction, FL-Inspector responsible for widening and reconstruction with milling and resurfacing and Crack Relief Layer of an existing 2-lane roadway. Flood Risk Management Study for Highway 2000 Corridor; National Road Operating & Construction Company Ltd., JM-Lead Water Resources Engineer responsibilities included using GIS data to map watershed of the Rio Minho basin and estimate design flows through the existing bridge, developing a HEC- RAS model to assess the hydraulics at the bridge section and assessing the possibility of the channel passing at least 100,000 cfs of flow without causing scour around the piers. Other tasks included evaluating the impact of a proposed bridge widening project on reducing degradation of the main channel and developing a 1-D sediment transport model to assess effectiveness of erosion countermeasures at the bridge section. Conceptual cost estimate were prepared for the various repair options proposed. This project focused on developing a number of comprehensive drainage and flood control plans and preliminary designs for the communities most affected by flooding along Highway 2000. The construction of Highway 2000 has being blamed for the flooding issues being experienced in the communities. The study looks at the drainage problems in Clarendon and Manchester bounded by the A2 Road and existing railway line. Stanley Consultants determined the cause of this flooding and developed mitigation measures for each area. The study also assessed whether the future Highway 2000 will negatively impact local drainage in any neighboring community the highway will pass through. The project also looked at the impact of climate change on the rainfall amounts to determine if the amount of rainfall has been increasing as the climate continues to change. As part of this study, Stanley Consultants prepared disaster management plans for the communities involved in the study. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN pp a 33 StardeyConwltanu.K SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" g GROUP TAR B ENGINEERING STRUCTURAL 2 CYNDY KENDRICK, P.E. TRANSPORTATION ENGINEER—TRANSPORTATION DESIGN/SIGNALIZATION 0 AND LIGHTING - Education: B.S., University of Florida, Business Administration B.S.C.E., Florida International University, Civil Engineering License: FL License No.47633 Professional Societies: Member-Florida Engineering Society Cyndy has over 30 years of professional experience, over 20 years of experience in transportation engineering design. Responsible for the design of complex highway projects, feasibility studies, PD&E studies, public involvement, and environmental coordination. Her experience includes traffic and roadway engineering, surveying, right-of-way, access management, safety, maintenance of traffic, signing and pavement marking, intersections, drainage, construction cost estimating, and value engineering. She possesses expertise with developing and permitting roadway construction plans, typical sections, establishing horizontal and vertical controls, setting profile grades, determining right-of-way and easement requirements, preparing cost estimates and quantity booklets, preparing permit applications and agency submittals, performing computations for highway geometrics, conducting field review as necessary,and utility coordination. Jog Road at SR 80 Bridge Widening; Florida Department of Transportation, District 4, F--Lead Transportation Engineer responsible for design of roadway and signing and pavement marking components. Improvements include milling/resurfacing and roadway and bridge widening to incorporate alignment modifications to Jog Road at SR 80. Phase 1 Intersection Capacity Improvements; Collier County, FL-QC Reviewer responsible for providing QC review of plans and supporting documents. There were two primary elements to the project- Phase I -At- grade intersection compatible with a future Grade Separated Overpass (GSO) and Phase IA -Resurfacing, Restoration and Rehabilitation (RRR)the intersection south.This phase consisted of RRR from the limits of Phase I to a distance of 3.219 miles. SR 80 Design Belle Glade; Florida Department of Transportation, District 4; Belle Glade, FL-Project Manager and Engineer of Record responsible for leading design team, client contact, and overall management. Contract consists of two RRR projects for Florida DOT, District 4. Both projects are located within the City of Belle Glade in Palm Beach County. SR 80 from north of Roosevelt Street to SR 717 includes the milling and resurfacing of approximately 1.5 miles of a 4-lane divided urban roadway and 0.46 miles of a 4- lane undivided urban roadway. Project also includes ADA upgrades, safety improvements, landscaping as well as minor drainage and signal improvements. SR 5 (US1) Design; Florida Department of Transportation, District 4; Boca Raton, FL-Lead Transportation Engineer responsible for design of roadway and signing and pavement marking components, resurfacing, restoration and rehabilitation improvements which include milling/resurfacing, addition of paved shoulders, ADA sidewalk ramp retrofit, and minor drainage modifications. SR 5 (US 1) from Glades Road to south of Yamato Road is a 4-lane divided arterial with landscaped median located in Palm Beach County, Florida, within the City of Boca Raton limits. The project requires roadway and signing and pavement marking components, resurfacing, restoration and rehabilitation improvements which include milling/resurfacing, PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 34 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAR 6 ENGINEERING STRUCTURAL 2 . addition of paved shoulders, ADA sidewalk ramp retrofit, and minor drainage modifications. Project length is approximately 2.2 miles.: SR7 PD&E Study; Florida Department of Transportation, District 4; Royal Palm Beach, FL-Lead Transportation Engineer responsible for analyzing drainage and permitting needs for various alternatives, coordinating with regulatory agencies, preparing pond siting report as well as other drainage related PD&E documents. State Road 807 (Congress Avenue) PD&E Study; Florida Department of Transportation (FM No. 229892-1-22-01); FL-Senior Project Engineer. The scope of the project was to prepare for a PD&E Study to widen SR 807 from four lanes to a six-lane section from Lantana Road to SE 6th Avenue, approximately 1.7 miles. Responsibilities included the evaluation and selection of the typical section and the design of the alignment that satisfy the needs of the LWDD District, Palm Beach County, the Lantana Airport, the JFK Hospital and the local communities including the City of Atlantis, and the Department of Transportation and significant design issues that affect the area and the environment. SR 806 (Atlantic Avenue) PD&E Study; Florida Department of Transportation; FL-Senior Project Engineer. This project was to prepare a PD&E Study to widen SR 806 from two lanes to a four-lane section from State Road 7 to the. Florida's Turnpike, a distance of approximately 1.7 miles. Responsibilities included development and evaluation of typical sections, alignment alternatives, determination of right-of-way requirements, evaluating environmental and drainage impacts, preparation of cost estimates for each alternative, and coordination with municipalities, regulatory agencies and Turnpike. Utility Coordination; Florida Department of Transportation, District 4; Various Locations, FL-Senior Project Engineer and Utility Coordinator. Responsibilities included contacting utility companies to obtain • existing utility information, conducting utility design meetings, distribution of plans and utility agreement - packages, resolution of known utility conflicts, procurement of utility agreements, Review of Joint Project Agreement plans,and certification of utility clearance for construction., Martin County, Willoughby Boulevard-Project Engineer. Responsibilities included the preparation of the Planning Summary Report identifying and evaluating alternate alignments, typical sections, storm water management systems and environmental impacts and conceptual design plans. .Palm Beach County, Road 827A Reconstruction of 3.5 miles of two-lane roadway, FL-Project Engineer. This project included the relocation of approximately 3.0 miles of irrigation ditches and two pump stations. :Responsibilities included preparation of the roadway plans, signing and pavement marking plans and coordination with property owners. Old Jupiter Beach Road-Project Engineer. Reconstruction of approximately 2,000 feet of roadway. Responsibilities included roadway and drainage design, signing and pavement markings, environmental permitting, preparation of cost estimates,watermain design and coordination with property owners. St. Lucie County, Glades Road Cut-Off Road and Midway Road-Senior Project Engineer. This project was to widen Glades Cut-Off Road and Midway Road and to provide intersection improvements to accommodate the proposed Wal-Mart Distribution Center. Responsibilities included development of typical sections, horizontal and vertical alignment, signing and pavement markings plans, cost estimates, preparing permit documents and coordination with team and others to finalize the plans package. • • • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 35 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB B ENGINEERING STRUCTURAL 2 imok I PAUL WALANSKY, P.E. QUALITY ASSURANCE I QUALITY CONTROL Education: B.S., Florida Atlantic University, Ocean Engineering Graduate Courses, Florida Atlantic University, Civil Engineering ik License: FL License No. 67151 Specialized Training: Paul has over 15 years of professional • Florida Institute of Consulting Engineers/Florida experience in design and project management of Department of Transportation Two-Day Bridge various marine and structural design projects. Scour Short Course Engineering background includes inspection and • Associated Soil and Foundation Engineers- condition assessment of marinas and water control Professional Liability Loss Prevention Education structures, cost estimating, and assisting the Program design of steel sheet pile bulkheads and coatings • Dredging Regulations i technologies. Representative projects include • Dredged Material Management property condition assessments of numerous • Basic Benthic Evaluations ! marinas and seawalls in the:South Florida area, as well as a 20-year maintenance Dredged Material Publications: Management Plan for the 308-mile long North Reviving the River of Grass: Estimating Operations Carolina Intracoastal Waterway. and Maintenance Costs for Large Scale Water Management Infrastructure," Florida Watershed STA 3/4 1W Construction Management Journal, Spring 2012. - j Services; South Florida Water Management District, FL-Structural Engineer responsible for shop drawing review and post design modifications to plans. For both the STA-3/4 and STA-1W public use facility projects, Stanley Consultants provided post-design and construction inspection activities that included observation of daily construction activities for the prime contractor and subcontractors, materials testing and project reporting. Stanley Consultants also verified that the project was built in substantial compliance to the permitted plans and specifications. Stanley Consultants also provided a special inspector to support the Palm Beach permit requirement. Construction Management IDIQ; South Florida Water Management District; West Palm Beach and Deem City, FL-Project Manager responsible for structure summaries, inspection checklists, inspection reports, data summary spreadsheets, and QA/QC. S-6 Bridge Load Rating Analysis; South Florida Water Management District, FL-Project Manager responsible for inspection of the S-6 service bridge and coordination of the bridge load rating analysis for the service bridge at pump station S-6. Stanley Consultants performed the load rating analysis using MathCAD software and the Load Factor methodology. The live load applied in the analysis was the HS20 vehicle, SU2, SU3, and SU4 Florida Legal Loads S-49 Gate Operator Replacement; South Florida Water Management District, FL-Project Manager responsible for coordination of structural, mechanical, and electrical design. Because of the failure from recent storms on the same type of operators, the existing gate operators were replaced with a cable drum system. Services included updating design documents, including plans and specifications in accordance with the latest version of the Everglades Restoration Engineering Submittal. This project involved the design of the replacement of the existing S-49 stem gate operators. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 36 Stanley Consultants. SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB B ENGINEERING STRUCTURAL 2 1 Structure Inspection Program STA Regions; South Florida Water Management District, FL-Project Manager responsible for structure summaries, inspection checklists, inspection reports, data summary spreadsheets,and QA/QC for 94 water control structures in 16 counties. River of Grass O&M Cost Methodology; South Florida Water Management District, FL-Project Manager responsible for project coordination, technical memorandums, workshops, Water Resources Advisory Committee (WRAC) meetings, and documentation. The objective of this project is to develop a tool to be used in the River of Grass Phase II planning effort to estimate the operations and maintenance (O&M) costs of restoration configurations. Modifications to Hoist Replacement Plans; South Florida Water Management District; 7 locations, FL- Structural Engineer responsible for shop drawing review and coordination with subcontractors. Structures S- 37A, S-37B, S-63, S-63A, S-75, and S-119 are reinforced concrete, gated spillways with discharge controlled by vertical lift, roller gates. This project included modifying existing plans to upgrade the existing lift brackets, removing references to RACU at S-119, replacing electrical service, main disconnect, and cables and conduits at S-37A and S-37B. One Watermark Marina, West Palm Beach, FL- Marine Engineer responsible for the structural design and permitting of a reinforced concrete marina pier to be used by megayachts up to 200 feet in length. The design included precast concrete piers, prestressed concrete piling, cast-in-place pile caps, and fendering system. This state-of-the-art high-end marina will be home to the megayachts owned by the tenants in the adjacent luxury tower condominiums. Deering Bay Marina, Bay-Colony-Gateway, Inc., Coral Gables, FL-Structural Engineer responsible for assisting in the structural design of a reinforced concrete marina pier to be used by vessels up to 100 feet in length. The design included precast concrete piers, prestressed concrete piling, cast-in-place pile caps, and fendering system. A steel sheet pile bulkhead was also designed including the tieback system. Participated in site construction monitoring to ensure that all details on plans were followed. Old Port Cove Marina, North Palm Beach, FL-Marine Engineer responsible for the inspection and condition assessment of 77 wet storage slips. The inspection included the bulkhead walls, concrete pile caps, soldier piles, main and finger piers, electric wiring, lighting, and wave attenuators. Old Port Cove Yacht Club, North Palm Beach, FL-Marine Engineer responsible for the inspection and condition assessment of 198 wet storage slips and fueling facilities. The inspection included concrete bulkhead walls, concrete main and finger piers, pile caps, electric wiring, wave attenuators, soldier piles, and fuel dock. North Palm Beach Marina, North Palm Beach, FL-Marine Engineer responsible for the inspection and condition assessment of 110 wet storage slips and fuel facilities. The inspection included the bulkhead walls, electric wiring, lighting,fender piles, concrete finger piers, sewage pump out facility, and fuel dock. Vero Beach Retaining Wall, City of Vero Beach, FL--Project Manager responsible for preparation of contract drawings and specifications for the construction of the riprap revetment and associated site work to protect an electric substation in Vero Beach. Rickenbacker Causeway, Miami, FL-Coastal Engineer responsible for the establishment of a master plan to develop defined parking spaces, which make maximum use of the existing facilities and to create a safer environment for the public. Identified any features that might be important for coastal stabilization such as variation in beach materials, beach scarps, gullies, and offshore seagrass beds. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 37 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING STRUCTURAL 2 DAN HILL DESIGNER I UTILITIES COORDINATION Education: University of Kentucky, Lexington Technical Institute-A.S., Civil Engineering Technology University of Kentucky, Lexington Technical Institute-A.S.,Architecture Dan has over 34 years of civil engineering experience. His current responsibilities include urban and rural roadway design, civil site design including demolition of existing facilities, geometric layout, grading, drainage, underground utilities, and plans coordination with other disciplines. His experience includes coordination, design and guiding production staff in the preparation of construction documents; working closely with client, regulatory, and review agencies; designing state, county, and private roads; designing site development improvements for federal, state, private and institutional clients; understanding survey, design, right-of-way, utility and construction requirements for projects; and utility coordination for roadway and site development projects. 1-95 Widening Design-Build, Florida Department of Transportation, District 4, St. Lucie, FL-Utilities Coordinator responsible for the coordination and certification of all utilities for the 1-95 Design Build widening project. This project provided bridge structural engineering services for the 1-95 widening over lndrio Road design—build project. The existing four-span, 280-foot concrete bridge is being widened towards the median and designed in accordance with the FDOT Structural Design Guidelines and AASHTO LRFD design specification. The widened superstructure is comprised of prestressed concrete Florida I Beams. The new substructure components were designed to resist vehicular collision forces. 1-95 PD&E Study in Martin County, Florida Department of Transportation, District 4, FL-Utilities Coordinator responsible for the coordination of utilities for FDOT 1-95 PD&E study in Martin County. Project consisted of a 14 mile NEPA capacity improvement study to expand 1-95 from 6 lanes to 10 lanes in Martin County. Engineering Design for Dixie Alleys; City of Lake Worth; Lake Worth, FL-Senior Designer for project to provide engineering design and construction management services for paving and drainage improvements to three alleys adjacent to Dixie Highway. Extensive overhead and underground utilities were located in the alleys. The project included design and permitting to replace 440'of existing 4"water main with a new 6"water main in the alley between 6th Avenue North to 7th Avenue North. SR 76 Interchange, Martin County, Stuart, FL-Designer and Utility Coordinator responsible for roadway design, utility coordination, signing and pavement markings, cost estimating, and specifications for widening of 0.75 miles of existing 4-lane divided roadway to a 6-lane divided roadway. SR710 PD&E Study; Florida Department of Transportation, District 4; Multiple, FL-Roadway Designer and Utility Coordinator responsible for roadway design alternatives, utility coordination, cost estimating and value engineering for PD&E study of proposed six lane widening of 22 miles of State Road 710. This PD&E Study evaluates multiple alternatives for the 28 miles along the Beeline Highway and a new interchange with Interstate 95. The roadway alternatives include rural four-lane, suburban six-lane, and urban eight-lane sections. The interchange alternatives include tight diamond, flyover ramps, braided ramps, and CD collector PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN pa a 38 StaMryCor�sutwnu.� SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 9 GROUP TAB B ENGINEERING STRUCTURAL 2 ramps. Other responsibilities include two roadway and one braided ramp interchange; and bridge concepts; wildlife crossings; drainage design and pond siting; and air and noise impact analysis. Daytonia Road and Cleveland Road Bridge Replacement; Florida DOT, District Six; Miami Beach, FL- Senior Designer responsible for roadway portion of bridge replacement project. Scope of services included overall roadway and drainage design, roadway pavement markings and signage. SR 5 (US1) Design; Florida DOT, District 4; Boca Raton, FL-Roadway Designer and Utility Coordinator responsible for roadway and drainage design, utility coordination, cost estimating, and specifications for 2.2 miles of 4-lane urban roadway rehabilitation. SR 5 (US 1) from Glades Road to south of Yamato Road is a 4- lane divided arterial with landscaped median located in Palm Beach County, Florida, within the City of Boca Raton limits.The project requires roadway and signing and pavement marking components, resurfacing, restoration and rehabilitation improvements which include milling/resurfacing, addition of paved shoulders, ADA sidewalk ramp retrofit, and minor drainage modifications. Project length is approximately 2.2 miles CR-510 Final Design and Plan Preparation; Indian River County; Indian River County, FL-Roadway Designer responsible for utility coordination for 3.2 miles of urban roadway reconstruction. Stanley Consultants was awarded the final design to widen and reconstruct 3.25 miles of CR 510 (Wabasso Road)from CR 512 to 75th CT. SR 76/Kanner Hwy-Cabana Pt. Circle to US 1; Florida DOT, District 4; Stuart, FL-Roadway Designer and Utility Coordinator responsible for roadway and drainage design, utility coordination, cost estimating and specifications for 1.6 miles of 6-lane urban roadway rehabilitation. The project limits included 1.6 miles of 6- lane urban roadway and included ADA and landscaping improvements, lighting upgrades, median reconstruction,drainage video inspection, slip-lining and Insituform drainage repair. Commercial Boulevard; Florida DOT, District 4; Ft. Lauderdale, FL-Lead Designer and Utility Coordinator responsible for roadway and drainage design, utility coordination, cost estimating, and specifications for the reconstruction of 2.2 miles of urban 6-lane major arterial roadway. SR 870/Commercial Boulevard was a major east-west six-lane divided principal urban arterial located in Broward County, projected to have an Average Annual Daily Traffic(AADT)count of 77,700 vehicles in the year 2025. The 2.2-mile long project limits included a major interchange with Interstate 95,and two railroad crossings. Olive Avenue; Florida DOT, District Four; West Palm Beach, FL--Senior Designer responsible for metric design and construction plans for reconstruction of 1.7 km (1.1 miles) of urban roadway. Scope of services include overall roadway and drainage design, roadway pavement markings and signage design, traffic control plans, utility adjustment plans, lighting, and landscape plans.Also included post design services. Allbee Farm Road; Sarasota County, FL-Services included horizontal and vertical control for aerial photogrammetry, engineering design surveys, utility locations, and outfall cross section surveys in connection with four-laning of 2.3 miles of urban roadway. Key West Gymnasium, Southern Division; Naval Air Station; Key West, FL--Project Designer for site development design including demolition, grading and drainage, and utilities. Repairs, Alterations, and Improvements to Bachelor Enlisted Quarters, Buildings A-727; Naval Air Station; Key West, FL-Project Designer for all site improvements including geometry, grading and drainage, and utilities. ato PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 39 5�"�n1C01 �"�` SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING STRUCTURAL 2 I HOI WING LAI DESIGNER—STRUCTURAL SUPPORT-TRANSPORTATION — Education: B.S., Iowa State University,Civil Engineering Hoi Wing has over 6 years of experience that includes data collection, design computations, quantity estimates, site visits, research and cost estimating. Project types include traffic master planning, roadway widening, drainage design and pipelines. She is skilled in the use of MicroStation, Geopak, GeoSite, GuideSign 5, AutoCAD, AutoDesk Land Desktop, Civil 3D, TNM (Traffic Noise Model) 2.5, AutoTurn, ASAD, MathCAD, STAAD, Mapinfo, and Microsoft office products. Bridge Scour Program; Stanley Consultants Engineers, PSC, PR-Roadway Design Engineer responsible for providing services for task work orders for bridge load rating and a project for bridge scour analysis. Stanley Consultants is performing scour evaluations of 121 existing bridges in four phases to provide a comprehensive scour evaluation. The evaluations will identify potential problems and recommend a plan of action for each bridge to address the scour concerns. SR 80 Design Belle Glade; Florida Department of Transportation, District 4; Belle Glade, FL-Civil Designer responsible for designing ADA ramp upgrade of the sidewalks. Stanley Consultants provided design engineering for two RRR projects. SR 80 / SR 880 from north of Roosevelt Street to SR 717 included the milling and resurfacing of approximately 1.5 miles of a four-lane divided urban roadway and 0.46 miles of a four-lane undivided urban roadway. Project also included ADA upgrades, safety improvements, landscaping as well as minor drainage TMS and signal improvements. Structure Inspection Program STA Regions; South Florida Water Management District, FL-Data Technician responsible for managing collected data into computer system. Stanley Consultants completed inspections on 94 water control structures as part of the South Florida Water Management District's(SFWMD) FY09 Structure Inspection Program (SIP). The total system contains over 500 water control structures, 50 pump stations, and 1,969 miles of canals and levees. Department of Transportation, District 4; Palm Beach County, FL—Designer for this Palm Beach County- owned roadway and bridge widening project. The 0.5 mile long project extends from Gun Club Road to Wallis Road. Improvements included correction of substandard roadway horizontal alignment deflection (under SR 80 overpass) through bridge (#934273) and roadway widening. Traffic control plan included a four-phase approach. Project required extensive coordination with Palm Beach County, utility owners and permitting agencies(SFWMD, USACOE). Golden Gate Boulevard Capacity Improvements; Collier County Government; Naples, FL-Engineering Associate responsible for assisting in project design such as setting up alignments, existing and proposed profiles and cross sections, erosion control plans, signing and pavement designs. Provided final design for widening of 6.5 miles of existing two-lane rural road to ultimate six-lane urban facility. Project includes three bridge replacements over canals, three signalized intersections and seven stormwater ponds. Primary responsibilities include: Schedule and budget maintenance; Coordination with client, and the local agencies for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN. Page 40 Scan�ey[onadtanur SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB ENGINEERING STRUCTURAL ' 2 permitting requirements and utility relocations; overall management of internal design staff and project sub consultants to insure completeness of deliverables. Hendrickson Dam Spillway Replacement Phase 2; City of Punta Gorda, FL-Engineering Associate responsible for inspection data filing. The project consisted of design and construction services that included spillway replacement of the 500 feet of sheet piles for the Punta Gorda impoundment. The components of the design included structural analysis, geotechnical evaluation, surveying, and permitting. The existing sheet piling for both the spillway and abutments will be replaced with new marine grade sheet piling. Concrete caps will be constructed on top of the new sheet piling. Golden Gate Boulevard Expansion; Collier County Government; Collier County, FL-Engineering intern responsible for assisting project engineer with design such as setting up alignments, existing and proposed profiles and cross sections,erosion control plans, signing and pavement designs. CR-510 Final Design and Plan Preparation; Indian River County; Indian River County, FL-Engineering Associate responsible for assisting the project engineers with project design on utility summaries, existing profiles, setting up plans and elevations sheets, superstructure, finish grade sheets for bridges. Final design to widen and reconstruct 3.25 miles of CR 510 from CR 512 to 75th Ct. The existing two-lane rural roadway is being widened to a four-lane divided suburban roadway and designed to accommodate an ultimate six-lane facility. Design elements include roadway, drainage, bridges, permitting, traffic control plans, utility adjustment plans, signing and pavement marking plans, signal plans, lighting plans, and landscape plans. This roadway reconstruction project also necessitates horizontal and vertical geometry design elements, signing and pavement marking plans, contract document preparation and cost estimates. Additional design elements include a three span continuous cast-in-place concrete flat slab bridge on a 1,000-foot. radius curve, with 60 degree skew; three single span AASHTO girder bridge canal crossings; three box culverts; mast arm signal supports; canal relocation; utility relocations; and bridge plans for three canal crossings. SR 5 (US 1) RRR Design; Florida Department of Transportation, District 4; FL-Design Engineer. SR 5 (US 1)from Glades Road to south of Yamato Road is a 4-lane divided arterial with landscaped median located in Palm Beach County, Florida,within the City of Boca Raton limits. Responsibilities include design of roadway and signing and pavement marking components. Improvements included resurfacing, restoration and rehabilitation improvements which include milling/resurfacing, addition of paved shoulders,ADA sidewalk ramp retrofit, and minor drainage modifications. Project length approximately 2.2 miles. New Orleans District Jefferson Parish Drainage PS Storm Proofing; U.S. Army COE; New Orleans, Louisiana-Engineering intern responsible for assisting project engineer with survey data managements, setting up alignments, existing and proposed profiles and cross sections. New York District BCT 3rd Complex Ft. Drum Site Visit; U.S. Army COE; Ft. Drum, New York District- Engineering intern responsible for assisting project engineer with parking lots design. Replacement of the US 71 bridge over Chicago Central and Pacific Railroad; Iowa Department of Transportation; Sac County, Iowa-Engineering Intern. Project involvement include project design such as setting up alignments, existing and proposed profiles and cross sections. Replacement of the eastbound bridge of dual bridges on IA 141 over Little Beaver Creek; Iowa Department of Transportation; Polk County, Iowa-Engineering Intern. Project involvement includes project design such as setting up typical details, alignments, existing and proposed profiles and cross sections. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 41 sL'"iey'�°"ndcmu". SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP o TAR B i ENGINEERING , STRUCTURAL 2 COURTNEY ARENA glitENVIRONMENTAL/PERMITTING , Education: M.S., Nova Southeastern University, Marine Biology I B.S., University of North Carolina at Wilmington, Marine Biology t , Specialized Training: Courtney has over 13 years of professional . Florida Master Naturalist.Completed course and experience including ten years conducting a variety field work for all three modules, Freshwater, of Environmental Services including NEPA Studies, Wetlands, Coastal Systems and Upland Habitats, Traffic Noise Analysis, Traffic Noise Modeling and through the University of Florida's IFAS Extension Project Development and Environmental Studies. in Palm Beach County, Florida; 2007. Her experience also includes wetland identification . Environmental Permitting Summer School hosted and delineation, biological and habitat by the Florida Chamber, Marco Island, Florida, 13 assessments, and permitting support. Her expertise Hours of Instruction;2007-2008. also extends to threatened and endangered species • Identification of Freshwater Sedges, Grasses& identification and water quality assessments Rushes. Sponsored by the Florida Association of including sampling, analysis, and evaluation of Environmental Professionals&SFWMD's DuPuis environmental water quality parameters for Management Area;2007. freshwater, marine and brackish systems. Her prior • ADaPT(Automated Data Processing Tool) experience includes conducting wetland Training and User's Group Meeting. Hosted by identifications and delineations in Florida, Texas, the Southwest Florida Water Management Louisiana, and Alabama for both public and private District; 2005. development projects including the South Florida • Wetland Identification and Delineation Water Management District's (SFWMD) C-43 West Certification based on the United States Army Storage Reservoir Project. Routine surface water, Corps of Engineers Regulatory IV Training soil and sediment sampling, along with groundwater Manual;2005. monitoring, were also performed for the C-43 Test . National Association of Underwater Instructors Cell Pilot Project. Additional expertise also includes Certification; 1996. sampling, analysis, evaluation, and assessment of environmental water quality parameters for influent and effluent samples from a variety of treatment processes. Treatment technologies include established municipal and commercial treatment for drinking water, wastewater, and surface water. Experimental technologies for ballast water treatment have also been evaluated for research purposes. Structure Inspection Program STA Regions; South Florida Water Management District, FL- Environmental Scientist responsible for conducting the QA/QC review of the inspection report document. Stanley Consultants has completed inspections on 94 water control structures as part of the South Florida Water Management District's (SFWMD) FY09 Structure Inspection Program (SIP).The SFWMD operates and maintains water control facilities in an area that covers nearly 18,000 square miles and serves more than 6 million people in 16 counties from Orlando to Key West.The total system contains over 500 water control structures, 50 pump stations, and 1,969 miles of canals and levees. SFWMD C-43 Design, West Storage Reservoir; South Florida Water Management District; Hendry County, FL-Environmental Scientist and Project Coordinator responsible for logging contract and construction information into Primavera Expedition for the C-43 Test Cells construction. Assisted the project.manager in various tasks including administrative duties and collaborative planning efforts with the SFWMD. Additionally, assisted subconsultants with various monitoring efforts, including surface and groundwater quality sampling PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 42 Swop u. SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" , GROUP TAB i ENGINEERING . STRUCTURAL 2 and baseline soil and sediment sampling. Assisted in wetland identification and delineation for the C-43 Reservoir project. Also, provided support for the intensive monitoring period for seepage and groundwater levels, once the test cells were completed and filled. The goal of the West Storage Reservoir was to provide 160,000 acre-feet of storage. SESS Environmental Science QA/QC; South Florida Water Management District, FL-Environmental Scientist responsible for internal audits of SFWMD programs. This included field sampling audits and documentation audits of field collection and laboratory analysis. Other tasks consisted of external laboratory audits, laboratory and field data validation, and investigations of non-conformance data and discrepancies. The project consisted of assistance in conducting field QA/QC and Data Validation /Assessment support for the various environmental monitoring projects. Retaining Wall; City of Vero Beach; Vero Beach, FL-Environmental Scientist responsible for preparing permit applications. Stanley Consultants provided design of rip rap reventment along the Indian River to protect an electrical substation, and was also responsible for preparing permit applications. Wetlands Mitigation TX, LA, AL; IPSCO, TX-Environmental Scientist conducted field investigations for wetland identification and delineation at sites located in Texas, Louisiana and Alabama. Prepared and delivered reports identifying wetland boundaries and coverage, wetland vegetation and soil characteristics at each location. Stanley Consultants completed a wetland delineation on three separate parcels of land that involved researching the site, a site visit, identifying and documenting vegetation, identifying and documenting soil types, and noting the surrounding hydrology of the land. Districtwide PD&E Little Lake Worth Bridge; Florida Department of Transportation, District 4; Palm Beach Gardens, FL-Environmental Scientist conducted a field review to identify vegetation and wildlife species near the site of interest. Prepared a report addressing environmentally sensitive aspects of the project. Entered project information into the FDOT EDTM website. Also coordinated with regulatory permitting agencies to determine what permits will be required for project implementation. Also prepared an impacts matrix identifying environmental and socioeconomic impacts that can be expected during phases of the project. Chemist - Organic Analytical Division; Spectrum Laboratories, Inc.; Ft. Lauderdale, FL- Responsible for analysis of samples, data processing, and reporting results. Methodologies included extraction, analysis, and quantification of organic residues in municipal water, ground water, wastewater, natural waters, and soils. Analysis of samples required expertise in gas and liquid chromatographic instrumentation and software (i.e. GC and HPLC). The instruments were coupled with detectors utilizing mass spectroscopy(MS), electron capture(EC), ultraviolet(UV)and fluorescence (FLD). Environmental Intern; Carnival Cruise Lines, Inc.; Miami, FL-Participated in internship program supported by Carnival Cruise Line's Department of Environmental Health and Safety and the National Oceanic and Atmospheric Administration (NOAA). Carnival provided their ships as a research platform for the sampling and assessment of cruise line ballast water, where the data collected was used directly for Master's thesis research. Other duties included shoreside and work on-board the ships. Shoreside work involved researching and designing environmental programs and projects of interest to Carnival. Topics focused on wastestream and effluent water quality with chemical and biological sampling for analytical monitoring programs. Laboratory/Field Technician in Crustacean Laboratory; South Carolina Department of Natural Resources - Marine Resources Division; Charleston, SC-Sorted planktonic and benthic samples for identification and isolation of target species (Peneaus sp.) for a project monitoring shrimp spawning and movement of larvae in coastal wetlands. Also assisted in fieldwork required for the collection and preservation of samples; also served as a deckhand. • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 43 Stanley Consultan ts SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAR ENGINEERING STRUCTURAL 2 GEORGE GARDNER, P.E. (!`. t,, r ELECTRICAL ENGINEER - • Education: Iowa State University-B.S., Electrical Engineering License: FL License No. 62223 George has over 37 years of professional experience. His responsibilities include serving as lead electrical engineer for projects involving power, communications, and control systems. His experience includes assignments as an electrical project engineer, project manager, and resident construction engineer for industrial, utility, municipal,and government clients. Okeechobee Storm Water Treatment Areas: Taylor Creek and Nubbin Slough; U.S. Army COE, Jacksonville District, FL-Lead Electrical Engineer responsible for providing system analysis, electrical distribution system, electric service for large pump motors, CCTV system, communication, utility coordination, and lighting. Performed feasibility study and final design of two storm water treatment areas in the headwaters of Lake Okeechobee.The 1,500-acre constructed wetlands were designed to remove phosphorus from Nubbin Slough and Taylor Creek as part of a State legislated critical program to reduce eutrophication in Lake Okeechobee. Project included hydrologic and hydraulic modeling to calculate phosphorus loading and removal, 2-D hydraulic models to improve circulation throughout the STAs, 1-D hydraulic models for drainage channels and flood control, groundwater seepage model, multiple-unit pump stations, water control structures, auto-samplers and water level gages, telemetry and programmable logic controllers. Okeechobee Storm Water Treatment Areas; U.S. Army COE, Jacksonville District, FL-Lead Electrical Engineer responsible for system analysis, electrical distribution system, electric service for large pump motors, CCTV system, radio telemetry system, communication, utility coordination and lighting. Howard Park Lighting; City of Lake Worth; Lake Worth, FL--QA/QC Electrical Engineer responsible for providing quality assurance and quality control (QA/QC) review of the electrical and communications systems. Stanley Consultants prepared performance specifications for the design and construction of Sport Lighting for Recreation Facilities at Howard Park. Construction Engineering and Inspection Services were also provided in a scope of work that included: • Site investigation with requirement to evaluate existing conditions of light poles, electrical service, and circuit wirings. • Electrical service modification. • Electrical service design for increased field lighting requirements. New service included new single- phase 120/240V electrical service panel and metering as required by Lake Worth Utilities Department. • Lighting design for one:existing ball field. Lighting levels to be 50fc infield and 30fc outfield Storm Water Lift Station; Coralville, IA-Project Engineer for the installation of three storm water lift stations. Responsibilities included motor control panel for two 125 hp submersible pumps, pump controllers, instrumentation systems, and controls system operating description. Water Plant Fault Analysis; City of Iowa City; Iowa City, IA-Performed a fault analysis study for new water treatment plant.Analysis included main 15 kV switchgear with tiebreaker and ten 13.2 kV substations.� PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 44 Stanley tcnaAC�,u< SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP' TAB 1 ENGINEERING STRUCTURAL ' 2 Bloomington Booster Station; Iowa City, IA-Project Electrical Engineer for new water Booster Station in Iowa City. Responsibilities included establishing engineering budget and schedule, 480 V circuit board, two 150 hp VFDs, lighting,and grounding. Water Treatment Plant; Seadrift, TX-Lead Electrical Engineer for a new$30 million water treatment facility at the Seadrift Plant. Supervised four designers during the project. Responsibilities included man-hour estimates, construction cost estimates, and project schedules. Designed and developed specifications for 13.8 kV-480 V transformers, variable frequency drives, and medium and low voltage motor control centers. Designed and developed specifications for one-line diagrams, motor schematics, wiring diagrams, grounding, and lighting drawings. Completed load analysis and fault analysis. Served as Electrical Engineer during construction and closed out project and completed as-built drawings. Section 29 USA Wastewater Program; Polk County Urban Service Area; City of Bondurant; Bondurant, IA-Lead Electrical Engineer responsible for providing engineering and design of a new pump station including pump motor starters, grounding, lighting, security, communications, and fire alarm system. Project required coordination with local utilities to provide power and communications connections. Project included construction of new wastewater facilities to serve an Urban Service Area (USA) northeast of the city. This trunk sewer, pump station, and force main are designed to serve a new 70-acre residential development, with provisions to serve an area of approximately three sections (1,900 acres). The project included close coordination with Iowa DOT, USACE, and IDNR to receive clearances for a HWY 65 bored crossing, CWA 401/404 for a crossing of Santiago Creek and floodplain development, respectively. Drainage PS Storm Proofing and Fronting Protection; U.S. Army COE, New Orleans District; Jefferson Parish, LA-QA/QC Electrical Engineer responsible for providing quality assurance and quality control(QA/QC) review of the electrical and communications systems. Objectives of this project related to hurricane protection in south Louisiana, with priorities at the network of pump stations connected to above- and below-ground canals in and around New Orleans that included providing a safe haven for pump station operators and storm proofing pump station buildings and equipment. Drainage Pump Station Storm Proofing and Fronting Protection; U.S.Army COE, New Orleans District; New Orleans, LA-QA/QC Electrical Engineer responsible for providing quality assurance and quality control (QA/QC) review of the electrical and communications systems. Jefferson Parish is drained by networks of above and below ground canals in combination with massive pumping stations. This project included investigations, assessments, and project prioritization for a storm proofing program of 24 drainage pump stations in Jefferson Parish. Water System Computer Model; Confidential Commercial Client--Lead Electrical Engineer responsible for motor starters pumps, electrical equipment, and coordinating with utility and lighting. This master-planned community is located at the far north end of Scottsdale and is adjacent to the Tonto National Forest. It is comprised of over 8,000 acres and will serve more than 2,100 upscale residences with associated amenities. The water system serves over 10 pressure zones from 2,600 feet in elevation to over 3,700 feet. There are many intermediate zones that are necessary due to the challenging terrain. This system has over 100 pressure control valves in over 100 miles of pipe. �� PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 45 staniei co.uttants • SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB B ENGINEERING STRUCTURAL 2 2.3 FINANCIAL CAPACITY DUNN & BRADSTREET—SUPPLIER QUALIFICATION REPORT(SQR) has been submitted,via email on October 16,2014,to: Alex Denis,Director Department of Procurement 1700 Convention Center Drive Miami Beach, Florida 33139 Email:adenis @miamibeachfl.gov Stanley Consultants is one of the largest design firms in the United States. It is the largest company in The Stanley Group, a member—owned company that traces its beginning to 1913. Stanley Consultants headquarters is located in Muscatine, Iowa. The Stanley Group has provided engineering, environmental, planning, design, and construction phase services in all 50 states and 98 countries, representing more than 27,000 engagements. Stanley Consultants has more than 1,000 members including engineers, architects and other professionals, technicians, and support staff available to meet the contractual and schedule requirements for your Consulting Engineering Services Contract. Stanley Consultants is financially sound and stable and has the financial capacity to meet the requirements of this Contract. The Company is rated 4A2 by Dun & Bradstreet. The Company's primary bank is the First National Bank of Muscatine, with additional credit relationships with Wells Fargo, and has more than$3 million in available lines of credit. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 46 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" Ta b 3 0 cp rn O O r O G1 Stanley Consultants INC. C;RIII IP TAR ENGINEERING STRUCTURAL APPROACH & METHODOLOGY APPROACH Stanley Consultants understands that the City of Miami Beach intends to award an Agreement with an initial period of three (3) years. Continuance of up to two (2) additional years after the initial Agreement shall be at the sole discretion of the City. We further understand that the price and term for the contracts will be negotiated after the City Commission approves authorization to negotiate. Under these agreements,the study activities will be quoted as lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications. Stanley Consultants has a number of continuing services agreements with municipal organizations including Miami Dade, Sarasota, Lee, Charlotte, and Collier Counties. We are currently completing "Task Orders" or "Specific Authorizations"for Miami Dade, Lee,and Sarasota Counties. The Stanley Consultants' Team approach emphasizes clear, concise, and open communication to reach a full understanding of the City's needs and project objectives. RESPONSIVENESS Our approach incorporates responsiveness to the City's requests, engineering teamwork and A commitment to meet the project objectives, as well P TEAMWORK as integrating creative thinking and innovative ideas f' to provide practical, optimal solutions. We also """"" COMMITMENT advocate a very aggressive initial phase with a p comprehensive data collection effort to allow project A issue identification and resolution early on in the CCREATIVITY process thereby avoiding risk and increasing the H potential for cost savings. ",NNOVATION Task orders will require professional design services and assistance for various types and sizes of projects and could include multiple disciplines. In order to fully understand the project's needs and objectives, our "pre-scoping" efforts will include thoroughly discussing the project with City staff followed by data collection and field review. Data collection will involve gathering and review of existing information including plans, maintenance reports, survey data and other pertinent information. The field review will allow us to establish a clear understanding of existing geometry/topography/right-of-way limits and related issues of the project area. These issues may include right-of-way or property boundary limits, clearance or set back requirements, safety and operational assessments, along with drainage patterns and utility locations. These findings will be documented in a pre-scoping report and include photos and/or video if applicable. This comprehensive approach enables the Stanley Consultants Team to develop a well-defined scope of services from which a more accurate budget and schedule can be produced. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 47 Stanley Consultants SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP am g .._ ENGINEERING STRUCTURAL 3 IMPLEMENTATION PLAN As task orders are assigned, our Project Manager, Predrag Milosavljevic, P.E. will allocate the appropriate resources for each authorization. Predrag is a Senior Structural Engineer with 23 years of experience in new design/rehabilitation design of concrete slab-on-girder type bridges (pre-stressed/steel girders), voided slab bridges, and other structures projects including retaining walls, and miscellaneous structures such as culverts, mast arms, overhead sign structures, strain poles, and high mast lighting. His experience also includes inspecting and providing condition surveys of structures. Currently, Predrag is leading our structures team at Stanley Consultants, providing design and peer review of miscellaneous structures. Predrag will be responsible for delivering the project in compliance with the City of Miami Beach contract requirements and client directions. His management technique is to minimize demands on the City's Project Manager, adhere to the scope of services, keep project extras to a minimum, and deliver high quality services ahead of schedule. Predrag will manage the overall project and coordinate closely with the internal team to perform interim QC checks, address review comments and ensure that all issues are addressed and accurate deliverables are produced. Predrag will provide clear communication through face- to-face contact, emails, phone calls, and meeting notes in a timely manner. Accurate monthly invoice progress reports will ensure proper tracking of the project. Predrag will also lead the coordination efforts with stakeholders as needed. ProjectScoping In order to accommodate the potential for multiple concurrent Design Criteria assignments, the Stanley Consultants Team has staff available in Project Scheduling each discipline as well as an abundance of staff from our other Kick-off Meeting offices. This flexibility will enhance our response time and 40 Initiate Phase Design improve overall efficiency. Biweekly Team Meetings The initial tasks of surveys, geotechnical/contamination Develop Phase investigations, and utility location assessment can often be Submittal accomplished simultaneously when planned correctly. Stanley N. Consultants will gather the project data efficiently and 4 Internal QC Review comprehensively, early on so that all of the information is available _ _ to be utilized during the initial design tasks and concept plan -r preparation. All elements of the preliminary design will be Review/Accept documented in the Design Documentation Booklet which will Comments become an expanding and "living" document. Once these initial -_ design documents have been approved by the City staff, we will 6 Incorporate Comments then fine tune the project elements to further enhance the project _ = – throughout the design phases and our in-house peer reviews. In addition to our focus on cost effective design, we will closely Verify incorporation monitor the construction cost estimates throughout the life of the - —AM project (Engineer's Estimate) and keep the City's Project Manager 8 Submit Documents aware of any variations from the original budget. M Stanley Consultants has established procedures where all plans, 60%&Final studies, reports and design calculations are systematically 9 Constructability Reviews reviewed, beginning with pre-scoping and continues through - project completion and the final deliverable package including constructability and bidability reviews. The City contract will have 10 SUBMIT FINAL PLANS an overall Quality Assurance/Quality Control (QA/QC) plan which Design—QA/QC Plan will be implemented for each task order. The QA/QC Plan will be tailored to meet specific needs and include an organizational PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Consultants Page 48 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAB B ENGINEERING STRUCTURAL 3 structure and responsibilities for the assigned review team. The Q/C Team will perform an entirely independent review by having not been involved with the design and production activities. To ensure realistic estimates of project costs the Stanley Consultants Team will follow the project development process described above. We will then establish a preliminary construction cost estimate based on estimated quantities and unit costs. Quantities will be developed as accurately as possible based on our concept plans and continue to be refined as the project is being completed. The focus will be to calibrate the quantities and unit cost data to be the most representative of the size and complexity of the project. These costs will then be combined with the design and specialty service costs such as surveying, geotechnical and subsurface utility engineering/investigations (SUE) to establish the task order cost estimate. We have established procedures that enable us to monitor progress on any line item task to assure advancement and that the project The Stanley Consultant schedule is being met. We do this using our interactive accounting Team understands that g g meeting the project software, Deltek Vision, and our earned value assessment procedure p to monitor production. performance timeline, or project schedule, is a The Stanley Consultant team pledges to exceed your expectations critical component of the for responsiveness, quality, communication, coordination, project successful completion of management and customer service. We are committed to rapid the City's project(s). turn-around — from scope and fee package to final deliverables. We also are committed to continuous quality assurance throughout duration of the project. Project Cost Estimates - To ensure realistic estimates of project design costs the Stanley Consultants Team will follow the project development process described above. We will then establish a preliminary construction cost estimate based on estimated quantities and unit costs. Quantities will be developed as accurately as possible based on our concept plans and continue to be refined as the project is being completed.These costs will then be combined with the design and specialty service costs such as surveying, geotechnical and subsurface utility engineering/investigations (SUE) to establish the task order cost estimate. Project Timeline - The Stanley Consultant Team understands that meeting the project performance timeline, or project schedule, is a critical component of the successful completion of any project. We have established procedures that enable us to monitor progress on any line item task to assure advancement and that the project schedule is being met. We do this using our interactive accounting software, Deltek Vision and our earned value assessment procedure to monitor production efforts. We also build in contingency plans should one or several line item tasks become critically time sensitive so that the overall schedule is not jeopardized. We begin with establishing an achievable schedule using MS Project or Primavera recognizing the critical line items and tasks that are not within our complete control, allowing sufficient time to manage and coordinate a timely completion. Once the schedule is reviewed internally,we will coordinate with the City and agree on a schedule that meets the project requirements and objectives. If there is a critical need to expedite the project we will work with the City to assure that the required completion date is met. We have accomplished this for many clients by utilizing additional resources, implementing overtime activities, segmenting the project to achieve a particular critical component completion,optimizing use of select construction materials and other methods. An example project timeline,shown on the following page, is representative of a typical civil/transportation engineering project. The critical efforts that enhance the quality of the project are the comprehensive data Stanley Consultants PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 49 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 9 GROUP TAR B . ENGINEERING STRUCTURAL 3 collection, collegial concept design and review as well as the facility user's review and input. We have found that obtaining a thorough compilation of data and support information as early as possible on the project enhances our ability to develop the most effective solutions, and while working directly with the client and the facility user's,the concept plans are developed to a point where they can effectively provide an undeviating foundation for the continued project refinement. Based on the design issues and complexity, oftentimes we are able to eliminate a phase submittal — typically 90% - to reduce the schedule if desirable which would save time and effort for both the City and the design team. We also suggest a brief meeting/presentation before each submittal with the City project reviewers to update issues and provide background information that supports the design progress.This will minimize comments and also enforces the team approach and partnering relationship. Example Project Timeline Stanley Consultants ID Task Name 'Start Finish Duration 4th Quarter 1st• arter 2nd Quarter 3rd•uarter .4th a uarte I Oct I Nov I Dec , Jan Feb _ • - •Ct 1 NTP Mon 10/6/14 Mon 10/6/14 0 days 2 KO Meeting Mon 10/6/14 Mon 10/6/14 1 day 15 days IAM BEACH ;1211 - S 'City Reviews Concept Thu Wed 10 days 11/13/14 11/26/14 6 City Drainage Design Wed Wed 0 days 1/26 Meeting 11/26/14 11/26/14 7 SWFWMD Pre-App Wed Wed 0 days < 7./26 Meeting 11/26/14 11/26/14 8 60%Design Submittal Thu Wed 25 days r— a==1=P- 11/27/14 12/31/14 9 City Review 60% Thu 1/1/15 Wed 1/14/15 10 days 4111.- Submittal 10 Local Users Meeting Fri 11/21/14 Fri 11/21/14 0 days •$4.11'' (Optional) 11 Utility Plans Mon 12/1/14 Tue 12/16/1410 days Distribution 12 SWFWMD Permit/ Mon Fri 1/30/15 30 days Exemption 12/22/14 • 13 90%Design Submittal Thu 1/15/15 Wed 2/4/15 15 days 14 City Review 90% Thu 2/5/15 Wed 2/18/15 10 days f{ Submittal 15 Utility Clearances Wed 12/17/1•Tue 1/27/15 30 days ! "_ - 16 100%Design Wed 2/4/15 Tue 2/24/15 15 days i -141111111111V Submittal 17 City Review 100% Wed 2/25/15 Tue 3/10/15 10 days Submittal 18 Submit Final Plans Wed 3/11/15 Fri 4/3/15 18 days 19 Bidding Phase Mon 4/6/15 Fri 5/15/15 30 days i 20 Public Meeting Tue 2/3/15 Tue 2/3/15 0 days --. 21 Construction Services Mon 5/18/15 Fri 9/18/15 90 days -4.- 22 Record Drawings Mon 9/21/15 Fri 10/2/15 10 days i Potential Negative Impacts—The Stanley Consultant Team approach will greatly minimize the potential to have negative impacts on our projects. As mentioned above, having a thorough understanding of the project needs, requirements and objectives, as well as a specific focus on obtaining project data, background information, existing plans, maintenance records, user input, utility location information, right- of-way limits and other support material provide a basis to avoid the potential for negative impacts. Stanley rants_ PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 50 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP B ENGINEERING STRUCTURAL However, our experience provides us the ability to list several potential impediments, obstacles or problems that may negatively impact the project as follows: ✓ Contaminated/Unsuitable Material ✓ Immovable Utility Conflict ✓ Locating an Unknown Utility During Construction ✓ Right-of-Way Limits ✓ Lack of Available Right-of-Way for Acquisition ✓ Safe Clearance/Obstruction Limits ✓ Permitting/Mitigation Complications ✓ Public Acceptance of Project ✓ Limited Funding ✓ Protected Transitory Species Residing on Project Site PROJECT MANAGEMENT-TECHNIQUES, CONTROLS, TECHNOLOGIES The Stanley team will work closely with the City of Miami Beach staff to administer and complete the tasks integral to delivering a successful project that is well received by the local community. The role of our Project Manager is vital in determining the success of the project and satisfying your objectives. Our Project Manager, Predrag Milosavljevic, P.E., possesses the managerial and the technical expertise required for this important assignment. Forming the basis of Predrag's project commitment and managerial approach are the following key elements: ✓ Accessibility and Responsiveness ✓ Clear&Open Communications ✓ Attention to Detail ✓ Delivery on Schedule and Within Budget Predrag will be the primary contact with the City Project Manager and will be responsible for managing the OPEN COMMUNICATIONS technical aspects of the project and daily operation of our internal project team, including all subconsultants. PLANNING& Additionally, the assigned discipline/task leads will QA/QC COORDINA„ON provide regular progress updates concerning production PROJECT activities. MANAGEMENT Communications Established lines of communication with the City's Project COST Manager will be maintained to effectively manage the SCHEDULE CONTROL project. We will provide accurate and clear CONTROL communication to the Project Manager and the City staff in a timely manner. Numerous methods, including letters, progress reports, e-mails, phone calls, and team meetings will be utilized and documented. Predrag will draw upon his previous experience and coordinate with the City's Project Manager to provide the appropriate level of communication and documentation for each project activity, including client and agency review comments and responses. A formal progress report and updated schedule will accompany the monthly project invoice to document the ongoing work progress and help keep the project on-track. Stanley rants PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 51 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 9 GROUP ION B ENGINEERING STRUCTURAL 3 A cornerstone of successful project teamwork understood by the Stanley Consultants team is the practice of good internal communications and regular coordination. At the project initiation meeting, individual responsibilities, performance objectives, and reporting relationships for each team member will be established. Weekly project team meetings and conference calls will be conducted to: • Determine the status of work in progress • Coordinate information and cooperation among disciplines • Identify problem areas early using a 2-week"look ahead"schedule • Direct the efforts toward completing project objectives To better facilitate and control the flow of project information, Stanley Consultants has implemented ProjectWise for use in managing and controlling of files. These files can be made available to the City's project directories, based upon privileges and shared with our subconsultant partners working on the project. Control of Project Schedule Stanley Consultants continually strives to improve project management capabilities with training and tools to assist the Project Manager in planning, scheduling, and budgeting. We utilize an in-house software information system called Deltek Vision (Vision) that is designed specifically for project management. Vision generated reports provide weekly updates of job-to-date labor and expense costs, as well as the remaining budget for the project manager to monitor. A custom designed Staff Loading Calendar system is used to estimate workload levels and project percent completion. It will be prepared by our Project Manager, Predrag, at the start of each project based upon the budget and schedule, and updated monthly by discipline/task leads to reflect the current projections of labor demands for the project. Vision and Loading Calendars are project management tools used by Stanley Consultants on every project to ensure quality and on-time performance. These proven tracking techniques provide us with the ability to mitigate staffing needs and budgetary concerns, while actively advancing the plans production. Project Loading Calendar Output 500 $ \ . i ;� X X • x x i X • 400 3 300 2 200 100 0 g N N N N N N N N Period a-JTD c Budget—i—EAC Baseline ♦ Scheduled PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 52 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAR B ENGINEERING STRUCTURAL 3 Control of Budget Budgetary considerations are a particular area of concern given the current economic climate and our team commits to carefully manage and limit project costs. Our approach to controlling the project budget will begin with the preparation of an optimized schedule to complete the scope of work in the most timely and cost-effective way. We understand the importance of maintaining the project scope within the limits of the City's project objectives and will immediately inform of potential issues concerning budget. Our team will prepare and maintain a detailed Engineers' cost estimate that will reflect the current unit prices for materials in the area. Stanley Consultants strives to produce high quality documents that accurately reflect both the existing conditions as well as the proposed project improvements. We understand that the effort we put into the design phase can significantly minimize construction claims and cost overruns. Constructability Review At approximately the 60% design phase, we will perform a constructability review. This review will be in addition to the standard QC reviews. Our Senior Construction engineer, David Dixon, will review the plans, specifications, general notes, and pay item notes. This review will ensure that the project contract documents are easy for a contractor to understand and are designed to provide a high quality and cost effective product. This review will ensure that good "value engineering" ideas are incorporated into the design. Sustainability and LID design and construction materials will be carefully considered during this review. INNOVATIVE CONCEPTS Stanley consultants focus is to bring your project(s)within the prescribed budget and schedule. Our project management techniques have proven to be successful. Examples of our innovative techniques are briefly described below. Life Cycle Cost Analysis. Stanley Consultants' experience in life cycle cost analysis Life Cycle involved the Hendrickson Dam replacement project at Shell Creek in the City of Punta Cost Gorda. We evaluated three alternatives: a steel sheet pile dam; a concrete sheet pile Analysis dam; a cast in place concrete dam. We looked at the costs to construct, the costs to maintain; the costs to operate and the debt service estimate. These costs made the selection of the alternative to recommend simple and straight forward. Fast-Track Fast-Track Construction. Stanley Consultants has been involved in conventional design, Construction bid, build, and design-build projects that require the designer to stay only a step or two ahead of the contractor. We understand and have been the engineer of record in Accelerated Bridge Construction (ABC) programs that have reduced conventional construction schedules by as much as 75%. Safety Comes First. The original design of Lake Worth's main roads included a three- Safety lane, one-way pair with little parking available. The elimination of one lane and Comes First narrowing of the roads allowed the pedestrian sidewalks to be widened significantly. In some cases the sidewalks were widened to 20 feet. It was difficult to maintain drainage / across the sidewalk to the curb and gutter. With the raised gutter grade, it was impossible to maintain a continuous positive drainage slope toward the street. This problem was solved in two ways. In areas where the proposed sidewalk was wide enough,the center of the Stanley Consultants PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 53 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 9 GROUP TAR Q ENGINEERING STRUCTURAL 3 sidewalk was depressed, which allowed the storm water to drain longitudinally along the sidewalk. Pedestrian friendly drains were placed in the sidewalk to receive this water and distribute it to the main stormwater system. In addition, special curbs were designed featuring a reduced curb height. This allowed storm water to enter the existing drainage system even though the curb had been moved toward the center of the roadway and was slightly higher than original. The number one goal of the project has been successfully achieved-Increased Safety. Excellent Traffic Maintenance. Stanley Consultants provided construction supervision Excellent and inspection services for the removal of the original portions of the deck on SR 91 Traffic (Florida Turnpike) over the Rim Ditch Canal. This was a six span bridge with a steel Maintenance , girder superstructure, approximately 300 feet long located over navigable waters. The ,/ contract required a coordination effort to minimize the time period between the closure for demolition and the opening for traffic to be no longer then 6.5 days for each section of the deck. To accomplish this, traffic was maintained on one lane while the adjacent lane was replaced. The closure time period goal was accomplished and exceeded - held to 4.5 days instead of 6.5 days. Innovation Within Inovation — Time is of the Essence. Bridge Replacements at Mtn. Innovation Delle and Lambs Canyon Accelerated bridge construction (ABC), combined with bold Within moves by the Utah DOT, have forever changed the face of bridge replacement in Inovation Utah. Incorporating never-before-used techniques, four total bridge replacements were performed. Stanley Consultants and Wadsworth Brothers Construction teamed up to remove and replace four bridges in an unheard of 37 hours. Intermountain Contractor magazine reported that the eastbound bridge replacements were completed in 16 hours, which is the fastest-known bridge replacement for two structures in North America. ABC techniques and the self-propelled modular transporters used to move the pre-constructed bridges into place are the latest in accelerated bridge construction technology.Within this innovation the pre- constructed bridges were constructed atop the same framework supports used to move the bridges into -- place. This innovative design will greatly increase the life of the bridge deck and parapet Elements, which is no-doubt, a reduction to future costs. This is the first ,„ known application of this technique, but it may become the industry standard. .i' Stanley Consultants. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 54 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAR g ENGINEERING STRUCTURAL 3 CURRENT WORKLOAD Stanley Consultants has the engineering staff with the experience, capabilities and availability that will meet the City of Miami Beach needs effectively. Our team members are available to perform work for the professional engineering services on and as-needed basis for the City, immediately upon a Notice to Proceed is initiated. The availability of our team members, demonstrated in the chart below, is a forecast based on our team's workload, anticipating that a project will begin in the fall of 2014. Proposed Team—Percent Availability (Fall 2014) Arena,C Downes,J Gardner,G Hill,D ----- II Huskey, E Kendrick,C Lai,Wing Milosavijevic, P Oben-Nyarko,K Olivier, R Santana,L Walansky,P 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% Our current workload, at our Florida offices, is depicted on the Table,shown on the following page. [C••� PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 55 Stanley Consultants K' SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAR B ENGINEERING STRUCTURAL 3 FLORIDA OFFICES ACTIVE WORK ASSIGNMENTS(RELEVANT) Project Name Owner Name Start Date Complete Project Cost Florida Member Name(Proposed) Pump Station S-476 SFWMD 9/3/14 92% $20,670.00 Huskey, Eric; Penn,Michael Paver Park Stormwater Sarasota 5/29/14 35% $149,978.00 Gillette,Mark;Siewert,Jeffrey Assessment County SR-826/Palmetto FDOT, 1/23/14 65% $26,374.00 Ahmed,Amini;Milosavljevic, Expressway from East of District 6 Predrag NW 57th Avenue to West of NW 27th Avenue DW Minor Projects Design ! FDOT, 9/9/13 58% $1,171,579.00 Olivier, Renaud; Hill,Daniel; District 4 McLellan,James;Gillette,Mark; Kendrick,Cynthia; Milosavljevic, { Predrag;Schwab;Huskey, Eric Griffin Road Wall Plans FDOT, 5/29/14 20% $57,929.00 Ahmed,Amin; Kendrick,Cynthia District 4 Davie Boulevard Wall Plans FDOT, 3/26/14 40% $42,066.00 ! Kendrick,Cynthia; District 4 { Ahmed,Amin Neighborhood Phase III FDOT, 3/12/14 50% $188,338.00 Hill, Daniel; Schwab, Barbara; Plans District 4 Olivier, Renaud;Ahmed,Amin; Kendrick,Cynthia 1-95/Okeechobee Boulevard FDOT, 3/10/14 35% $88,633.00 Gillette, Mark;Kendrick,Cynthia; On-Ramp District 4 Ahmed,Amin; Milosavljevic -95/Glades Road On-Ramp FDOT, 3/10/14 40% $72,510.00 Ahmed,Amin; Kendrick, District 4 Cynthia;Gillette, Mark Griffin Road Wall FDOT, 10/29/13 76% $19,488.00 Milosavljevic, Predrag; Kendrick, Assessment District 4 Cynthia; McLellan,James; Ahmed,Amin Davie Boulevard Wall FDOT, 10/29/13 65% $19,488.00 Ahmed,Amin; McLellan,James; Assessment District 4 Kendrick,Cynthia; Milosavljevic, Predrag Hood Road Improvements ; Palm Beach 9/26/13 30% $836,664.00 Olivier, Renaud;Ahmed,Amin; County ' Hill, Daniel; Santana, Luis; Lai, Hoi Wing; Milosavljevic, Predrag; Kendrick,Cynthia SR 7 Extension Okeechobee FDOT, 6/21/11 36% $525,380.00 Hill, Daniel;Ahmed,Amin; Road to Northlake Boulevard ' District 4 Schwab, Barbara; Huskey, Eric; Kendrick,Cynthia; Milosavljevic Each month Stanley Consultants prepares a 12-month projection or "loading calendar", comparing committed project load to staffing capability by specific discipline and by department. Our most recent projections indicate Stanley's key disciplines and qualified personnel are available to participate on your important project(s),when needed. Stan consultants PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page 56 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP mu B ENGINEERING STRUCTURAL AVAILABLE FACILITIES / OFFICE LOCATIONS Our local office in Miami, Florida, is supported by our Florida offices in West Palm Beach, Sarasota and Tampa, in addition to 17 offices across the At._ United States. We maintain a staff of 45 members located in Florida, with a ( : staff of 1,000 worldwide. 1 I t •a... i 111111111.4WilM A1115 Miami Office BIS ORCK 8333 N.W. 53rd Street MINNEAPOLIS BOISE O i Suite 450 ..t...E Miami, FL 33166 CECARORAPIDS ICAGO t/' si 0 OIOWA CITY O /U� DES MOINE •MUSCATINE WASEJINGTO SALT LAKE CITY DENVER • O t LAS VEGAS •ST.LOUIS . O a 11‘i. ---- All'. ' PROOENiX 't AUSTIN O . : r BA10oOO.UGI IW UR tANS y' TAMPA• Sarasota Office SARASOTA• •WEST PALM REACH •MIAMI 4910 Lakewood Ranch Blvd Suite 300 US Office Locations Sarasota, FL 34240 t.- Tampa Office 201 North Franklin St Suite 2950 I INT Tampa, Florida 33602 ! a/,, 1I West Palm Beach Office i M iii `< ' 'hi 1641 Worthington Rd so i� Suite 400 i , —►�"� III 4 West Palm Beach, FL 33 09 1 Our primary office from which contract services will be provided is our Miami and West Palm Beach office. Our Florida staff members have no reserve in assisting each other, regardless of location. We will always be readily available for the City of Miami Beach. We strongly believe that selecting a team for a specific project involves not only our local expertise, but at times it may involve selecting expertise from our other offices. The Stanley Consultant team pledges to exceed your expectations for responsiveness, quality, communication, coordination, project management and customer service. We are committed to a rapid PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Consuitants Pa e 57 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 9 GROUP g ENGINEERING STRUCTURAL turn-around on every task order the City assigns to us. We also are committed to continuous quality assurance throughout each assignment. We have performed many task orders and standalone projects for Library/As-Needed Contracts for clients, such as Lee County, Boca Raton, Sarasota County, Collier County, Southwest Water Management District,just to name a few. WORKSHARE PROGRAM Stanley Consultants believes that selecting a team for a specific project involves not only our local expertise, but at times may involve selecting expertise from our other offices. On this Contract, we will provide the City of Miami Beach with the best planning, design, and/or construction team needed to fulfill your expectations, budget, and scheduling goals. Our key staff members for this project are located in our Miami and West Palm Beach offices. What makes Stanley Consultants different from other firms is traveling expenses will NOT be charged to the City of Miami Beach. Our Workshare Program allows staff from other offices to charge transportation and per diem expenses to Company overhead. This will reduce project costs and maintain schedule, because of the leverage of knowledge and experience that our members bring to the City. AVAILABLE TECHNOLOGIES/RESOURCES Stanley Consultants has the technology available for the City's assignments.The following is a list of Stanley Consultants' present equipment and software Resources. WORKSTATIONS Desktop Workstations (approx. 1,000) Dual and Quad core • single and dual socket Intel processor architecture speeds between 2.8Ghz and 3.2Ghz,Typically 16Gb memory standard,Windows 7 Operating Systems • Laptops (Approx 500) Intel Core2Duo and CentrinoProcessor Speed Single, Dual and Quad Core 2.8Ghz up to 3.2Ghz,typically 8Gb memory,Windows 7 Operating Systems. CIVIL SOFTWARE ArcHydro • Automated Storm Sewer Analysis and Design (ASAD) • CEDAS • Culvert Master • DAMBRK • FlowMaster • Flowpath • Groundwater Modeling System (GMS) • HEC-1 Flood Hydrograph Package • HEC-12 Pavement Drainage Program • HEC-2 Water Surface Profiles • HEC-6 Scour and Deposition in Rivers and Reservoirs • HEC-GeoRAS • HEC-Hydrologic Modeling System (HMS) • HEC-RAS • Hydroflow • ICPR • InRoads Storm and Sanitary • Computer MODEL to Design Retention ponds (MODRET) • PIPE 2000 • PondPack • River Modeling System (RMS) • SewerCAD • Surface Modeling System (SMS) • StormCAD • SURGE 2000 • Stormwater Management Model (SWMM) • Visual Hydro • Water Surface and Pressure Gradient Analysis (WSPG) • WaterCAD • Watershed Modeling System (WMS) • xpSWMM • InfoWater • InfoSewer ELECTRICAL SOFTWARE AGI 32 • AMPCALC • Aspen Oneliner • CDEGS • DistraView • Easy Power • EDSA Paladin • ETAP PowerStation • GSN Cable & Raceway SystemLight Table • LTI Lighting Suite • Micro-Site-Lite • PLS-CADD • PLS_Pole • PLSF • PSSE • SAG10 • Schweitzer Engineering Laboratories (SEL) Suite • SKM Power Tools • Synergee • Tower • Visual Lighting • Vibrec • WinMil PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Conwltams. Page 58 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP ENGINEERING STRUCTURAL 3 GIS SOFTWARE Arclnfo • ArcEditor • ArcView • 3D Analyst • Network Analyst • Spatial Analysis • Bentley Map • Google Earth Pro STRUCTURAL SOFTWARE Caisson • Descon Brace • GRLWEAP • Group • Leap CONBOX • Leap Bridge • Liquefy Pro • LPILE Plus • MDX Steel Bridge Design & Rating • QConBridge • DynaMat • TzPile • ENERCALC Structural library • Shaft • spColumn • spMats • spSlab • PYWALL • Quickmasonry • QuickConcreteWall • RAM Connection • Retain Pro • STAAD.Foundation • STAAD.Pro • Stabl • Structural Masonry Design System • UTEXAS4 &TexGraf4 • WinCAPP • WinFAD • WinBDS • WinRECOL • Woodworks MECHANICAL SOFTWARE 3E Plus • AFT Fathom • Belt Analyst • Caesar II • Combustion • COMcheck • Energy Analyst • Size Master • CTI Toolkit • GS Heat Pump • Hytran Water Hammer • Pipe-Flo Compressible • Pipe-Flo Professional • Steam-A-Ware • Syzer • Thermoflow Suite • Trane Engineering Toolbox • Trane Pipe Designer • Trane TOPSS • Trane Trace 700 • Trane VariTrane Duct Designer • TRIFLEX • WaterCycle • WINSTEAM PROJECT MANAGEMENT/COST ESTIMATING SOFTWARE CostWorks • MCASES • Microsoft Project • Sage Precision Estimating • On_Screen Takeoff • Primavera Project Planner • Primavera Project Management • Project Investigator • Suretrack • Aspen One • PACES TRANSPORTATION SOFTWARE aaSidra • Aeroturn • ASE Automation • Autodesk Civil 3D • Autoturn • COGO • Geopak • HCS • InRoads • InRoads Survey • Intersection Magic • MULTI • PASSER III • QRS II • SIGNALS • SurvCADD • Synchro Plus SymTraffic • Traffic Noise Model • Traffix • Trip Generator • TSIS • VISSIM • Warrants • Power Civil • Darwin • Erosion Works • GuidSIGN • SignCAD • Cube Base • Cube Voyager • TransCAD • Transyt • Sidra Intersection • Rodel Roundabout • Quick Zone • 3D Viewer • Sidra Trip • Torus CADD/BIM SOFTWARE AutoCAD • Autodesk 3ds MAX • Autodesk Building Systems • Autodesk Civil 3D • Autodesk Raster Design • Autodesk True View • Bentley Architecture • Bentley Building Electrical • Bentley Building Mechanical • Bentley ProjectWlse Navigator • Bentley Building Structural • Bentley View • Bentley Descartes • Transoft GuidSign • Transoft AutoTURN • Transoft AeroTURN • ProjectWise InterPlot • Bentley IRAS/B • Intergraph IRAS/C • Microsoft Visio • Bentley MicroStation • Bentley PlantSpace Equipment Modeler • Bentley PlantSpace Interference Manager • Bentley PlantSpace PID • Bentley PlantSpace Piping • Bentley PlantSpace Raceways • Revit Architecture • Revit MEP • Revit Structural • Bentley Geopak • Bentley InRoads • Bentley InRoads Storm and Sanitary • Bentley InRoads Survey GENERAL TECHNICAL SOFTWARE Acrobat Capture • Adobe Acrobat • Adobe Illustrator • Adobe InDesign • Adobe Photoshop • Adobe Creative Suites • Corel Draw • Easy Flow • Mathcad Professional MAYLAB • Microsoft Front Page • NetObjects Fusion • RFFLOW • ScanSmith Preditor • SourceView Author . PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Stanley Consultants Page 59 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" GROUP TAR B ENGINEERING STRUCTURAL 3 Below listed is Stanley Consultants' present field equipment. SURVEY EQUIPMENT • GPS • Total Stations • Data Collectors • Survey Trucks-fully equipped • Automatic Levels,tripod, Direct and Indirect Reading rods VEHICLES • Passenger Vehicles (40) • CM/Survey Trucks (20) COATINGS INSPECTION/TESTING EQUIPMENT • Elcometer Electronic Paint Thickness Gauge • Misc. Coatings testing equipment (Sling Psychrometer, steel temperature gauges-electronic and analog) ROADWAY& BRIDGE INSPECTION/TESTING EQUIPMENT • Earthwork Nuclear Density Testing Gauges (2) • Electronic"Smart" Levels (6) • Speedie Brand Soil Moisture Testing machines (2) • Misc. measuring equipment(rolling wheels,tape measures, hand levels,small tools) • Lightweight Magnesium Roll-A-Meter Concrete Air Entrainment Testing equipment (2) • Pressure Meter Concrete Air Entrainment testing equipment(2) TECHNICIANS Our Florida offices currently have three(3)technicians: • Brian Cummings • Paul Dillard • Chad Newton Stanley Consultants maintains Technical Support (Help Desk) for all of its staff members, firm wide. We currently employ 11 technical staff members to be AVAILABLE to assist with technical issues. The Mission of our Help Desk is to: • Increase Stanley Consultants' productivity by providing a single point of contact and responsibility for rapid closure of our users'technology problems. • Minimize the impact of problems affecting information system services and enhance the manageability of available resources. • Increase user satisfaction by resolving computer related problems in a timely manner. • Ensure standardized methods and procedures are used to support the efficient and prompt handling of problems. PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN Page consultants Pa a 60 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" • GROUP TAB g ENGINEERING STRUCTURAL 3 DISADVANTAGED BUSINESS ENTERPRISE (DBE) FIRMS Stanley Consultants, Inc. hereby makes a commitment to utilize subconsultants, on an as-needed basis, who are certified as Disadvantaged Business Enterprises. We strongly embrace the participation of DBE/SBE firms, consistent with applicable laws and regulations defined by the Florida Small and Minority Business Assistance Act. An example of our commitment is demonstrated in the letter, received by FDOT, Ananth Prasad, P.E., congratulating Stanley Consultants for the use of SBE's and DBE's in our Florida Department of Transportation (FDOT) projects. FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street ANANTII PRISAD.P.E. CovtiRNOR Tallahassee.FL 32399-0450 SECRETARY February 7,2014 MS.GAYL.E A.ROBERTS,PRESIDENT STANLEY CONSULTANTS,INC. 1641 WORTHERINGTON ROAD,SUITE 400 WEST PALM BEACH,FL 33409 Dear Ms.Roberts: I want to thank you personally for your conscientious efforts during the 2012-2013 federal fiscal year to use Disadvantaged Business Enterprises(DBEs)on Department of Transportation funded projects. The State of Florida achieved 11.78%exceeding the 8.60%DBE goal established for the 2012-2013 federal fiscal year. Your company was instrumental in the achievement of the state's goal. The actual percentage reported for your company is 21.37%on 5 project(s). This results in a DBE utilization grade of A+. Your efforts are commendable and show a commitment to being a supportive partner in our efforts to ensure minority and female owned firms have the opportunity to obtain work on transportation projects in Florida. I encourage you to continue with these efforts that not only strengthen the overall economy of the State,but also strengthen the transportation industry. If the Department can provide you with any assistance in the DBE Program,please contact Art Wright,Manager Equal Opportunity Office at(850)414-4749 or arthurwright@dot.state.fl.us.Also,you can visit the EOO website at www.dot.state.fl.us/equalopportunitvoflice/to view the 2012-2013 federal fiscal year grading scale and reporting criterion. Thank you again. •rely,, Orna„../ Ananth Prasad,F.E. Secretary AP:aw www.dot.state.fl.us PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN page 61 SPECIALIZED CATEGORIES ON AN"AS-NEEDED BASIS" 1 ith'',„, 11 w. Stanle y Consultants INC. 8333 N.W. 53rd Street Suite 450 Miami, FL 33166 Phone: 786.762.4115 / Fax: 563.264.6658 . . ... ., . : ... _ _..,_ ., __ ..,..,.....,,„,,—..,-. ,,•... ,...4.-4,;.-.1. • .•• . ....._-7.-'-' ." -':::";:"..---. : - '- - : l : , m Pf d ♦�• -•� . ! �... ' -i 1-'_ - 0,47` w : i, ; c. IP ..•„ 't��! 1 m �! +',w ••w y ,jam •- .-f. .t: .- •--., ,rA f • a _-- -,.- •- .sr- ?� - Q0 00 In I; : ����� �✓ �. .} v� Ir , _.,,.,,.. if - .46.. .1 ,;* .,,,- . •-■:; , , . ,.. .„,.., _..._. , ....-- •- • F '�■►I , .per A Fa� I l/ 1 , J Detail by Entity Name Page 1 of 3 FLORIDA DEPARTMENT OF STATE 4411‘. ,4.• 't 1 41111 DIVISION OF CORPORATIONS fknbz Reinstatement Filing Detail by Entity Narttious Name Registration Fictitious Name Renewal Foreign Profit Corporation Judgment Lien Filings STANLEY CONSULTANTS, IN�.Profit Articles of Incorporation FL Non Profit Articles of Incorporation Filing Information FL Limited Liability Company Articles of Document Number ,?,'"8 o/ a4ion FEI/EIN Number 4L2gfq2ietit5sf Limited Partnership i Date Filed 12tr! cgt1i S gissolution(profit and nonprofit) irkc State Zeilorrporation Co Withdrawal(profit and Status Principal Address Foreign LLC Withdrawal 225 IOWA AVENUE Sunbiz E-filing by FAX MUSCATINE, IA 52761 Electronic Certification Mailing Address 225 IOWA AVENUE MUSCATINE, IA 52761 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 03/25/1992 Address Changed: 03/25/1992 Officer/Director Detail Name &Address Title PD ROBERTS, GAYLE A. 6914 NOTTINGHAM BETTENDORF, IA 52722 Title CD THOMOPULOS, GREGS G. 75 SHAGBARK CT IOWA CITY, IA 52246 Title S http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/16/2016 Detail by Entity Name Page 2 of 3 ELLIOTT, NANCY D 209 NORMANDY CT. MUSCATINE, IA 52761 Title AS MARQUARD, HENRY F 108 EAGLE WATCH ROAD MUSCATINE, IA 52761 Title Treasurer Engelke, Travis W. 220 N. Main Street 1102 Davenport, IA 52801 Annual Reports Report Year Filed Date 2014 01/02/2014 2015 01/02/2015 2016 01/13/2016 Document Images 01/13/2016 ANNUAL REPORT View image in PDF format 01/02/2015 --ANNUAL REPORT View image in PDF format 01/02/2014 --ANNUAL REPORT View image in PDF format 01/09/2013 --ANNUAL REPORT View image in PDF format 01/06/2012 --ANNUAL REPORT View image in PDF format 01/06/2011 --ANNUAL REPORT View image in PDF format 01/22/2010 -- ANNUAL REPORT View image in PDF format 01/19/2009 -- ANNUAL REPORT View image in PDF format 01/07/2008 --ANNUAL REPORT View image in PDF format 01/10/2007 -- ANNUAL REPORT View image in PDF format 01/10/2006 --ANNUAL REPORT View image in PDF format 01/06/2005 -- ANNUAL REPORT View image in PDF format 01/22/2004 -- ANNUAL REPORT View image in PDF format 01/14/2003 -- ANNUAL REPORT View image in PDF format 02/20/2002 -- ANNUAL REPORT View image in PDF format 02/09/2001 --ANNUAL REPORT View image in PDF format 03/31/2000 -- ANNUAL REPORT View image in PDF format 03/01/1999 --ANNUAL REPORT View image in PDF format 02/05/1998 --ANNUAL REPORT View image in PDF format 05/19/1997 --ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/16/2016 Detail by Entity Name Page 3 of 3 05/01/1996 --ANNUAL REPORT View image in PDF format 05/01/1995--ANNUAL REPORT View image in PDF format Copyright and Privacy Policies State of Florida,Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/16/2016 ACORN` CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) IIII■-•------- 10/5/2016 2/9/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Lockton Companies 444 W.47th Street,Suite 900 PHONE i FAX Kansas City MO 64112-1906 (E-MAILo,Ezt): (A/c,No): (816)960-9000 ADDRESS: INSURER'S)AFFORDING COVERAGE NAIC# INSURER A: Continental Casualty Company 20443 INSURED STANLEY CONSULTANTS,INC. INSURER B: 1383226 1641 WORTHINGTON ROAD,SUITE 400 INSURER C WEST PALM BEACH FL 33409-1541 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 13894115 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY)(MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ XXXXXXX CLAIMS-MADE I OCCUR NOT APPLICABLE PREMISESa occu ante) $ XXXXXXX MED EXP(Any one person) $ XXXVX PERSONAL&ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX POLICYn PE LOC PRODUCTS-COMP/OP AGG $ XXXXXXX OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT NOT APPLICABLE (Ea accident) $ XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX AUTOS OWNED SCHEDULED BODILY INJURY(Per accident'$ XXXXXXX NON-OWNED PROPERTY DAMAGE $ XX�C�'XXX HIRED AUTOS AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ XXXXXXX EXCESS LIAB CLAIMS-MADE NOT APPLICABLE AGGREGATE $ XXXXXXX _ DED I RETENTION$ $ WORKERS COMPENSATION I PER OTH- AND EMPLOYERS'LIABILITY Y/N 1 STATUTE _ FR ANY PROPRIETOR/PARTNER/EXECUTIVE N/A NOT APPLICABLE E.L EACH ACCIDENT $ X OFFICER/MEMBER EXCLUDED? (Mandatory in NH) ' E.L.DISEASE-EA EMPLOYEE $ XXXXXXX If yes,describe under T DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ XXXXXXX A PROFESSIONAL N N AEH008220975 10/5/2015 10/5/2016 $1,000,000 PER CLAIM&IN THE LIABILITY AGGREGATE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:ALL SCI ASSIGNMENTS ASSOCIATED WITH RFQ 2014-346-YG,RESOLUTION#2015-29068 PROFESSIONAL ARCHITECTURAL/ENGINEERING SERVICES. CERTIFICATE HOLDER CANCELLATION i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 13894115 AUTHORIZED REPRESENTATIVE THE CITY OF MIAMI BEACH,FLORIDA C/O INSURANCE TRACKING SERVICES,INC.(ITS) P.O.BOX 20270 LONG BEACH CA 90801 /9 ' '' ACORD 25(2014/01) ©148-2014 ACORD CORPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD Ac R® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/°D/YYYY) 2/9/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Cheryl Harless Arthur J. Gallagher Risk Management Services, Inc. PHONE 563-263-6044 FAX 563-263-6667 100 West 2nd St (A/C,No,Fla). (A/C,No): Muscatine IA 52761 E-MAIL ADDRESS:cheryl_harless @ajg.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Travelers Property Casualty Co of A 25674 INSURED INSURER B:ACE Property&Casualty Insurance C 20699 Stanley Consultants, Inc. INSURER C: 1641 Worthington Road#400 West Palm Beach FL 33409 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2139707135 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DDJYYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY Y Y P-630-4885B479-TIL-16 1/1/2016 1/1/2017 EACH OCCURRENCE $1,000,000 DAMAGE RENTED CLAIMS-MADE X OCCUR PREM SESO(Ea occurrence) $1,000,000 MED EXP(Any one person) $10,000 PERSONAL&ADVINJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JERCOT- LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y Y P-810-48858479-COF-16 1/1/2016 1/1/2017 COMBINED SINGLE LIMIT $ (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED X SCHEDULED BODILY INJURY(Per accident) $AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) B X UMBRELLA LIAB X OCCUR MO0798496 1/1/2016 1/1/2017 EACH OCCURRENCE $20,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $20,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION Y PVYCJ-UB-4885B47-9-16 1/1/2016 1/1/2017 X STATUTE ERH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) All SCI assignments associated with TFQ 2014-346-YG, Resolution#2015-29068 Professional Architectural/Engineering Services. The City of Miami Beach is an Additional Insured as respects general liability and auto liability policies, pursuant to and subject to the policy's terms, definitions, conditions and exclusions.Waiver of Subrogation applies to certificate holder, as respects general liability,auto liability,and workers compensation policies, pursuant to and subject to the policy's terms,definitions,conditions and exclusions. 30 day cancellation notice applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City of Miami Beach, Florida ACCORDANCE WITH THE POLICY PROVISIONS. c/o Insurance Tracking Services, Inc. (ITS) P.O. Box 20270 AUTHORIZED REPRESENTATIVE Long Beach CA 90801 .' x, ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD COMMERCAL AJTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance p-ovided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or !imited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The fo';ow'.ng listing is a general cover- age description only. Limitations and exc:usioris may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE-- LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES— INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION • G. WAIVER OF DEDUCTIBLE--GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent hat The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured An Insured,of SECTION 1I—COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II, Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separatety insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties re:aced to the conduct of your busi- B.J LANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II— COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered"autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, n-e, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tionaf insured is an "insured" for Covered Autos your "employee" under a contract in L iab:lity Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 roc 23:5 The Travelers lnde-nnity Company All rights reserved. Page 1 of 4 Inck:des ccpyrighted nsurance Services Office,Inc.w'tn its perr:^issicn. COMMERCIAL AUTO You agree to mainta:n all required or (2) In or o;i your covered"auto". compulsory insurance in any such co:ln- This coverage applies only in the event of a total try up to the minimum limits req:r::ed ay theft of your covered"auto". local law. Your failure to comply with No insurance requirements will o deductibles apply to this Personal Property not invalidate the coverage afforded by coverage. • this polcy but we will only be liable to the K. AIRBAGS • same extent we would have been liable The following added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions. of SECTION III — PHYSICAL DAMAGE • • surance requirements. COVERAGE: • (d) It°s understood that are not an admit- Exclusion 3.a. does not apply to "loss" to one o° •• ted or authorized insurer outside the more airbags in a covered "auto"you own that in- United States of Amer'ca, its territories flate d.:e to a cause other than a cause of "toss" • and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- . • for compliance in any way with the laws hensive Coverage under this policy; . of other countries relating to insure;ce. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following ;s added to Paragraph D., Deducti- c. The airbags were not intenConally inVated. ble, of SECTION III -- PHYSICAL DAMAGE We will pay up to a maxirrum of $1,000 for any COVERAGE: one":oss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR • g • lass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., o` H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: • USE—INCREASED LIMIT Yoar duty to give us or our authorized representa- • The following replaces the last sentence of Para- live prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only W10:1 the "accident" or"loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You(if you are an individua); • for loss of use is $65 per day, to a maximum. of (b) A partner(if you are a partnership); • $750 for any one"accident". I. PHYSICAL DAMAGE — TRANSPORTATION (c) A member (if you are a limited liability corn- EXPENSES—INCREASED LIMIT many); (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- ; graph A.4.a., Transportation Expenses, of ganization);or SECTION Ill — PHYSICAL DAMAGE COVER- (e) Any"employee" authorized by you to give no- AGE: Lice of the"accident"or"loss". • We will pay up to $50 per day to a max:rnum of BLANKET WAIVER OF SUBROGATION $1,5C0 for temporary transportation expense in- curved by you because of the total theft of a coy- The following replaces Paragraph A.5., Transfer e Of Rights Of Recovery Against Others To Us, ered"auto"of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of rocovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for 'loss" to wearing ap- signed and executed prior to any "acciden:" parel and other personal property which is: or"lossTM, provided that the"accident"or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 0 2015 The Treve'ers .ncemr.lty Co.rpar.y.All rights rese-ved. Page 3 0`4 InclJdes copyrighted ma:er al c' nsvrance Sery ces Office.Inc.with its oer•iission. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - WRITTEN CONTRACTS (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II —WHO IS plies only to such "bodily injury" or "property AN INSURED: damage"that occurs before the end of the pe- Any person or organization that you agree in a riod of time for which the "written contract re- "written contract requiring insurance" to include as quiring insurance" requires you to provide an additional insured on this Coverage Part, but: such coverage or the end of the policy period, a. Only with respect to liability for"bodily injury", whichever is earlier. "property damage"or"personal injury";and 2. The following is added to Paragraph 4.a. of SEC- TION IV— COMMERCIAL GENERAL LIABILITY b. If, and only to the extent that, the injury or CONDITIONS: damage is caused by acts or omissions of you or your subcontractor in the performance The insurance provided to the additional insured of "your work" to which the "written contract is excess over any valid and collectible "other in- requiring insurance" applies. The person or surance", whether primary, excess, contingent or organization does not qualify as an additional on any other basis, that is available to the addi- insured with respect to the independent acts tional insured for a loss we cover. However, if you or omissions of such person or organization. specifically agree in the "written contract requiring insurance" that this insurance provided to the ad- The insurance provided to such additional insured ditional insured under this Coverage Part must is limited as follows: apply on a primary basis or a primary and non- c. In the event that the Limits of Insurance of contributory basis, this insurance is primary to this Coverage Part shown in the Declarations "other insurance" available to the additional in- exceed the limits of liability required by the sured which covers that person or organization as "written contract requiring insurance", the in- a named insured for such loss, and we will not surance provided to the additional insured share with that "other insurance". But this insur- shall be limited to the limits of liability required ance provided to the additional insured still is ex- by that "written contract requiring insurance". cess over any valid and collectible "other insur- This endorsement shall not increase the limits ance", whether primary, excess, contingent or on of insurance described in Section III — Limits any other basis, that is available to the additional Of Insurance. insured when that person or organization is an d. This insurance does not apply to the render- additional insured under any"other insurance". ing of or failure to render any "professional 3. The following is added to SECTION IV — COM- services" or construction management errors MERCIAL GENERAL LIABILITY CONDITIONS: or omissions. Duties Of An Additional Insured e. This insurance does not apply to "bodily in- As a condition of coverage provided to the addi- jury" or "property damage" caused by "your tional insured: work" and included in the "products- completed operations hazard" unless the a. The additional insured must give us written "written contract requiring insurance" specifi- notice as soon as practicable of an "occur- cally requires you to provide such coverage rence" or an offense which may result in a for that additional insured, and then the insur- claim. To the extent possible, such notice ance provided to the additional insured ap- should include: CG D4 14 04 08 c0 2008 The Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" any provider of other insurance which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover. However, this condition does not affect persons and witnesses; and whether this insurance provided to the addi- iii. The nature and location of any injury or tional insured is primary to that other insur- damage arising out of the "occurrence" or ance available to the additional insured which offense. covers that person or organization as a named insured. b. If a claim is made or "suit" is brought against the additional insured, the additional insured 4. The following is added to the DEFINITIONS Sec- must: tion: i. Immediately record the specifics of the Written contract requiring insurance" means that claim or"suit"and the date received; and part of any written contract or agreement under which you are required to include a person or or- ii. Notify us as soon as practicable. ganization as an additional insured on this Cover- The additional insured must see to it that we age Part, provided that the "bodily injury" and receive written notice of the claim or"suit" as "property damage" occurs and the "personal in- soon as practicable. jury"is caused by.an offense committed: c. The additional insured must immediately send a. After the signing and execution of the contract us copies of all legal papers,received in con- or agreement by you; nection with the claim or"suit",cooperate with b. While that part of the contract or agreement is us in the investigation or settlement of the in effect; and claim or defense against the "suit", and oth- erwise comply with all policy conditions. c. Before the end of the policy period. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to • The City of Miami Beach, Florida do Insurance Tracking Services, Inc. (ITS) P. 0. Box 20270 Long Beach, CA 90801 Page 2 of 2 ©2008 The Travelers Companies, Inc. CG D4 14 04 08 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ARCHITECTS, ENGINEERS AND SURVEYORS INDUSTRYEDGESM ENDORSEMENT This endorsement modifies irsurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part,and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The fol,owing listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties,and what is and is not covered. A. Broadened Named Insured M. Who Is An Insured — Newly Acquired Or B. Incidental Medical Malpractice Formed Organizations C. Reasonable Force — Bodily Injury Or Property N. Injury To Co-Employees And Co-Volunteer Damage Workers 0. Non-Owned Watercraft — Increased To Up To 0. Medical Payments Limit 75 feet P. Knowledge And Notice Of Occurrence Or E. Aircraft Char'ered With Pilot Offense F. Extension Of Coverage — Damage To Q. Other Insurance Condition Premises Rented To You R. Unintentional Omission G. Personal Injury—Assumed by Contract S. Waiver Of Trarsfer Of Rights Of Recovery Against Others To Us When Required By H. Increased Supplementary Payments I. Additional Insured — Owner, Manager Or Contract Lessor Of Premises T. Amended Bodily Injury Definition J. Additional Insured — Lessor Of Leased Equip- U. Amended Insured Contract Definition — Rail- ment road Easement K. Additional Insured — State Or Political V. Additional Definition — Written Contract Re- Subdivisions—Permits Relating To Premises quirirg Insurance L. Additional Insured — State Or Political Subdivisions—Permits Relating To Operations PROVISIONS ever, coverage for any such additional organize- A. BROADENED NAMED INSURED — UNNAMED tion will cease as of the date, if any, during the SUBSIDIARIES policy period, that you no longer are the sole The Named Insured in Item 1. of the Declarations owner of, or maintain the majority ownership fin- is amended as follows: terest in, such organization. B. INCIDENTAL MEDICAL MALPRACTICE The person or organization named in Item 1. of the Declarations and any organization, other than 1. The following is added to the definition, of"oc- a partnership, joint venture, limited liability com- currence"in.the DEFINITIONS Section: pany or trust, of which you are the sole owner or Unless you are in the business or occupation in which you maintain the majority ownership in- of providing professional health care services, terest on the effective date of the policy. How- "occurrence" also means an act or omission CG D4 15 05 08(Rev.10-08) is 2008 The Trave.ers Companies,Inc. Page 1 of 8 1 r COMMERCIAL GENERAL LIABILITY (2) The total of all deductible and insurance shown on the Declarations of self-insured amounts under that this Coverage Part. "other Insurance", R. UNINTENTIONAL OMISSION We will share the remaining loss, if 1, The following is added to Paragraph 6. Rep- any,with any"other insurance"that is resentations of SECTION IV — COMMER- not described ir. this Excess Inuu- CIAL GENERAL LIABILITY CONDITIONS: • ance provision. c. Method Of Sharing The unintentional omission of, or uninten- tioral error in, any information provided by If all of the "other insurance" permits you which we relied upon in issuing this policy contribution by equal shares, we will shall not prejudice your rights under this in- follow this method also. Under this surance. approach each provider of insurance contributes equal amounts until it has 2. This Provision R. does rot affect our right to paid its applicable limit of insurance collect additional premium or to exercise our or none of the loss remains; which- right of cancellation or nonrerewal in accer- ever comes first. dance with applicable insurance laws or regu- If any of the "other insurarce" does lations. not permit contribution by equal S. WAIVER OF TRANSFER OF RIGHTS OF RE- shares, we will contribute by limits. COVERY AGAINST OTHERS TO US WHEN Under this method, the share of each REQUIRED BY CONTRACT provider of insurance is based on the The following is added to Paragraph 8. Transfer ratio of its applicable limit of insu- of Rights of Recovery Against Others to Us of ante to the total applicab;e limits of SECTION IV — COMMERCIAL GENERAL LI- insurance of all providers of insur- ance. ABILITY CONDITIONS: 2. The following definition is added to SECTION We waive any rights of recovery we may have V—DEFINITIONS: aga`nst any person or organization because of payments we make for "bodily injury", "property "Other insurance": damage", "personal injury" or "advertising injury" a. Means insurance, or the funding of arising out of: losses, that is provided by, through or on 1. Premises owned by you, temporarily occu- behalf of: pied b p by you with permission of the owner, or (1) Another insurance company; leased or rented to you; (2) Us or any of our affiliated insurance 2. Ongoing operations performed by you, or or companies, except when the Non your behalf, under a contract or agreement cumulation of Each Occurrence Limit with that person or organization; section of Paragraph 5.of LIMITS OF INSURANCE (Section III) or the Non 3. "Your work"; or cumulation of Personal and Advortis- 4. "Your products". ing Injury limit sections of Paragraph We waive these rights only whero you have 4. of LIMITS OF INSURANCE (Sec- agreed to do so as part of a "written contract re- tion III)applies; quirirg insurance"entered into by you before,and (3) Any risk retention group; in effect when, the "bodily injury" or "property (4) Any self-insurance method or pro- damage" occurs, or the "personal injury" offense gram, other than any funded by you or"advertising injury"offense is committed. and over which this Coverage Part T. AMENDED BODILY INJURY DEFINITION applies;or (5) Any similar risk transfer or risk man- The following replaces the definition of "bodily agement method. injury"in the DEFINITIONS Section: "Bodily injury" means bodily injury, mental an- b. Does rot include umbrella insurance, or guish, mental injury, shock, fright, disability, hu- excess insurance, that you bought spe- cifically to apply in excess of the Limits of miliation, sickness or disease sustained by a per- I CG D4 15 05 08(Rev 10-GS) 2609 The Traysle•s Companies.Inc. Page 7 of 8 POLICY NUMBER: P-630-4885B479—TIL'—16 ISSUE DATE: 1 - 1 - 16 P-810-4885B479—COF--16; PSM—CUP-4885B479—TIL-16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - EARLIER NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 WHEN WE DO NOT RENEW(Nonrenewal): Number of Days Notice: 30 The City of Miami Beach, Florida NAME: do Insurance Tracking Services, Inc. (ITS) ADDRESS: P. 0. Box 20270 Long Beach, CA 90801 A. For any statutorily permitted reason other than applicable state When We Do Not Renew nonpayment of premium, the number of days re- (Nonrenewal) endorsement applicable to this in- quired for notice of cancellation, as provided in surance, is increased to the number of days the CONDITIONS Section of this insurance, or as shown in the SCHEDULE above. amended by any applicable state cancellation C. We will mail notice of cancellation or nonrenewal endorsement applicable to this insurance, is in- or material limitation of those coverage forms to creased to the number of days shown in the the person or organization shown in the schedule SCHEDULE above. above. We will mail the notice at least the Num- B. For any statutorily permitted reason other than ber of Days indicated above before the effective nonpayment of premium, the number of days re- date to our action. quired for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any IL T3 54 03 98 Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 TRAVELERS WORKERS COMPENSATION • AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 11 (A) POLICY NUMBER: PVYC3—UB-4885B47--9-16 NOTICE OF CANCELLATION Excopt for non-payment of premium by you.we agree that no cancellation or limitatior of this policy shall become effective until the number of day's written notice specified in item 2 of the Schedule has been mailed to you and to the person or organization designated in item 1 of the Schedule at the address indicated. SCHEDULE 1, Name: The City of Miami Beach, Florida do Insurance Tracking Services, Inc. (ITS) P. 0. Box 20270 Address: Long Beach, CA 90801 2 Number of Days Written Notice: 30 Additional Days This endorsement charges the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 1-1-16 Policy No.PVYCJ—UB-4885B47-9-Erdorsement No. Insured Stanley Consultants, Inc. 16 Premium$ Insurance Company Travelers Prop. Cas. Countersigned by _ Co. of America DATE OF ISSUE: 1 - 1 - 16 ST ASSIGN: IF, Page . of 1 V Avik TRAVELERS J WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13(00) POLICY NUMBER:? CJ—UB-4885B47-9-16 • • WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We wi I not enforce our right agairst the person or organization named in the Schedule. (This agreemert applies only to the extent that you perform work under a written contract that requires yoi: to obtain th's agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: The City of Miami Beach, Florida c/o Insurance Tracking Services, Inc. (ITS) P. O. Box 20270 Long Beach, CA 90801 DATE OF ISSUE: 1-1 - 16 ST ASSIGN: Iowa iike",„, w. Stanley Consultants INC. A Stanley Group Company Engineering,Environmental and Construction Services-Worldwide February 12, 2016 Mr. Nestor F. Abarca City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Subject: Professional Architectural and Engineering Services . Qualifications No. 2014-346-YG SCI #26579 1 Dear Mr. Abarca: Please find enclosed three signed Agreements for the above subject services. Also enclosed is our insurance certificate per the RFQ requirements. We look forward to working with you. If you have any questions or need any additional information, please call our office. Sincerely, Sta y Consultants, Inc. ,. q.,_,(4..1 _ _ .-.' CdIt- Patti Gringeri Manager, Administrative Services Enclosures cc: Legal Department 1641 Worthington Road,Suite 400•West Palm Beach,FL 33409•phone 561.689.7444•fax 561.689.3003 www.stanleyconsultants.com