Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with URS Corporation Southern
-d-YO6A0 Ob AGREEMENT BETWEEN CITY OF MIAMI BEACH AND URS CORPORATION SOUTHERN FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-346-YG .: DISCIPLINE: ENVIRONMENTAL ENGINEERING RESOLUTION NO 2015- 29068 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 LL, SCHEDULES:'.-, _ • SCHEDULE A 1 29• F �� :. .... 0 SCHEDULE.B . .. 3• 32 v C .SCHEDULE • •{` F; :�' ATTACHMENTS , . s ATTACHMENT A ....% 33 ATTACHMENT-B ▪ .. .. ..:. :34 ATTACHMENT C f .35 ,. _ it �: t - 1 ` {• • rr AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND URS CORPORATION 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 URS Corporation Southern, a Nevada corporation having its principal office at 7650 Corporate Center Drive, Suite 400, Miami, FL. 33126 (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 URS Corporation Southern and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, 4 which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid"shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or 5 excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. . CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change 6 Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five 7 (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule"A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. 8 STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: 'Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully 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 Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans 13 and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and 14 insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and,reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the 15 sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a 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 the City. 16 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic • Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any 17 resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services) without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. Citv-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work 18 • involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection,: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). 19 ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for 20 Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. • 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. 21 ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully 22 • violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. 24 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: URS CORPORATION SOUTHERN 7650 Corporate Center Drive Suite 400 Miami, FL. 33126 Tele: (415) 774-2700 Fax: (415) 398-1905 Email: dan.levv a urs.com Attn: Dan Levy, PG—VP All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Protect Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of 26 Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 27 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be si•ned in their names by their duly auth•. >s': 3' ')1, and principals, attested by t -ir res.--dive Y Y witnesses and City Clerk on the •y'' :.yea.tip '" reinabove written. Atte j ;�,.�.,� Y OF MIAMI B C�; INCORPORATED: 7,///7/ CI C -€RK ,� WM f A es ! ','', •:.....o� URS C. P T � SOUTHERN: ign.. - ary & Associate VP Sig 're/Prs ident Vie Pr- ident Carol F. Brandenburg-Smith Daniel J. Levy - Print �.�arae = APPF�OVCD AS TO Print Name FORM &LANGUAGE -�- &FOR EXECUTION28 a itc1 ---- City Attorney ape Date SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND URS CORPORATION SOUTHERN CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: URS Corporation Southern 7650 Corporate Center Drive Suite 400 Miami, FL. 33126 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 2w/GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/ GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) 31 SCHEDULE C APPROVED SUBCONSULTANTS SUBCONSULTANT: • No preapproved sub-consultants submitted with proposal 32 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 33 RESOLUTION NO. 2015-29068 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF PLANNING AND URBAN DESIGN ARCHITECTURE, ENVIRONMENTAL ENGINEERING, INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE, AND STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC., - ZYSCOVICH, INC., AND THE CORRADINO GROUP, INC., FOR THE DISCIPLINE OF PLANNING AND URBAN DESIGN ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., URS CORPORATION, E-SCIENCES, INC., CB&I ENVIRONMENTAL & INFRASTRUCTURE, INC., AND KIMLEY-HORN AND ASSOCIATES, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EDWARD LEWIS ARCHITECTS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH DOUGLAS WOOD ASSOCIATES, INC., STANLEY CONSULTANTS, INC., THORNTON TOMASETTI, INC., BRINDLEY PIETERS & ASSOCIATES, INC., AND BCC ENGINEERING, FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; FURTHER, SHOULD THE ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF RANK IN EACH CATEGORY; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2014-346-YG (the RFQ) was issued on September 18, 2014, with an opening date of December 2, 2014; and WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on October 13, 2014; and WHEREAS, the City received proposals from a total of fifty-one (51)firms; and WHEREAS, because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration will evaluate and make recommendations for award by category group; and WHEREAS, on June 10, 2015, via Resolution 2015-29041, the Mayor and City Commission accepted the City Manager's recommendation pertaining to the ranking of proposals for the following disciplines/groups: Group 1 - Landscape Architecture; Group 2 - General Architecture, Town Planning Architecture and Historical Preservation Architecture; Group 3 - Civil Engineering and Land Surveying; and Group 4: Mechanical, Electrical, and Plumbing Engineering; and WHEREAS, this resolution only addresses an award recommendation for the following remaining disciplines/groups: Group 1 - Planning and Urban Design Architecture and Environmental Engineering; Group 2: Interior Design and Space Planning Architecture; and Group 4: Structural Engineering; and WHEREAS, on February 5, 2015, the City Manager via Letter to Commission (LTC) No. 054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation committee members for each category group; and WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, and 4 consisted of the following individuals: GROUP 1 —PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach; and GROUP 2—INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and GROUP 4—STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach WHEREAS, the Committees convened to consider the proposals, as follows: the Committee for Group 1 convened on February 26, 2015; the Committee for Group 2 convened on March 19, 2015; and the Committee for Group 4 convened on April 8, 2015; and WHEREAS, the Committees were provided an overview of the project; information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law; general information on the scope of services, references, and a copy of each proposal; and WHEREAS, the Committees were instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of Group 1 - Planning and Urban Design Architecture was as follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, Inc., second highest ranked; Bermello, Ajamil & Partners, Inc., third highest ranked, Zyscovich, Inc., fourth highest ranked; The Corradino Group, Inc., fifth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Group 1- Environmental • Engineering was as follows: Keith and Schnars, P.A., top ranked; URS Corporation, second highest ranked; E-Sciences, Inc., third highest ranked, CB&I Environmental & Infrastructure, Inc., fourth highest ranked; Kimley-Horn and Associates, Inc., fifth highest ranked; GFA International, Inc., and Stantec Consulting Services, Inc., are tied as the sixth highest ranked; Cummins Cederberg, Inc., eighth highest ranked, and WHEREAS, the Committee's ranking for the discipline of Group 2 - Interior Design and Space Planning Architecture was as follows: Bermello, Ajamil & Partners, Inc., top ranked; Edward Lewis Architects, Inc., second highest ranked; and WHEREAS, the Committee's ranking for the discipline of Group 4 - Structural Engineering was as follows: Douglas Wood Associates, Inc., top ranked; Stanley Consultants, Inc., second highest ranked; Thornton Tomasetti, Inc., third highest ranked; Brindley Pieters & Associates, Inc., fourth highest ranked; BCC Engineering, Inc., fifth highest ranked; CES Consultants, Inc., sixth highest ranked, and HAKS Engineers Architects and Land Surveyors, P.C., as the seventh highest ranked; and WHEREAS, the City Manager has considered the proposals received, the results of the evaluation committee process and Section 2-369 of the City Code, which states that in the award of contracts the following, shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract; and WHEREAS, after careful review of the above, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering. Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, Inc., for the discipline of Structural Engineering. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request For Qualifications (RFQ) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis, for the disciplines of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering; authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture; authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering; authorizing the Administration to enter into negotiations with Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture; authorizing the Administration to enter into negotiations with Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, for the discipline of Structural Engineering; further, should the Administration be unable to negotiate an agreement with any of the recommended firms, the Administration is authorized to negotiate with other ranked firms in order of rank in each category; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this I day of Ju/ 2015. ATTEST: • //// Atri R.fael . Granado Cit ��' 1 B�h'11i� flip r -vines> �'ay;►r•T:IAGENDA120151July1PR000RE 014'•.-YG VA• • signal Ar.vitectural and Engineering Services-Reso(Plan,Urban Design,Env Eng,Int Design,Structural Eng).do INCORP ORATED: ,37 C • , i 20 . APPROVED AS TO FORM&LANGUAGE- &FOR EXECUTION • 11145 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 A i EC DM ,' MT JL • T:IAGEN I.•0151July1PROCUREMENT12014- 46-YG RFO-Professional Architectural and Engineering Services-Sum - (Plan, Urban Design, Env Eng, t Design,Structural Eng).docx 04 AA AM I BEACH AGENDA ITEM C 7Z DATE 7-8-I,S MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139, .miamibeachfl.gov C MMISSIO /MEMORANDUM TO: Mayor Philip Levine and Members of he City Comm tssion 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 Margarita Rogelio Humberto AGGREGATE_ DESIGN) Wells Ranking Madan Ranking Cabanas Ranking TOTALS Rank KEITH AND SCHNARS, P.A. 96 1 95 1 93 1 3 1 AECOM TECHNICAL SERVICES,INC. 82 2 88 2 87 3 7 2 BERMELLO,AJAMIL& PARTNERS,INC. 79 5 78 3 88 2 10 3 ZYSCOVICH,INC. 80 4 78 3 85 4 11 4 THE CORRADINO GROUP,INC. 82 2 75 5 81 5 12 5 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ) No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 4 For Group 1 — Environmental Engineering, the Committee convened on February 26, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014-346-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 CUMMINS CEDERBERG, INC. 61 8 57 8 80 7 23 8 For Group 2 — Interior Design and Space Planning, the Committee convened on March 19, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the rank ing of proposers indicated below. RFQ#2014-3464G 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 Services LOW Oniel Jose A. Sabrina AGGREGATE (STRUCTURAL ENGINEERING) Toledo Ranking Perez Ranking Baglieri Ranking TOTALS Rank DOUGLAS WOOD ASSOCIATES,INC. 100 1 94 1 94 4 6 1 STANLEY CONSULTANTS.INC. 100 1 91 3 96 2 6 1 THORNTON TOMASETTI,INC. 97 3 90 4 97 1 8 3 BRINDLEY PIETERS&ASSOCIATES, INC. 95 4 92 2 93 5 11 4 BCC ENGINEERING,INC. 90 5 89 5 95 3 13 5 CES CONSULTANTS.INC. 70 6 86 6 77 7 19 6 HAKS ENGINEERS,ARCHITECTS AND LAND SURVEYORS,P.C. 60 7 80 7 78 6 20 7 Because of the large number of response for certain disciplines and the projected volume of work, staff is recommending that no more than five (5)firms be awarded in each category. MANAGER'S DUE DILIGENCE & RECOMMENDATION The City Manager has considered the proposals received, the results of the evaluation committee process and Section 2-369 of the City Code which states that in the award of contracts the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. After careful review of the above, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc:, for the discipline of Environmental Engineering. Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, Inc., for the discipline of Structural Engineering. Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ)No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 6 In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. The City Manager further recommends that the Mayor and City Clerk be authorized to execute an agreement upon conclusion of successful negotiations by the Administration. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Proposals (RFP) 2014-346-YG for Professional Architectural and Engineering Services in Specialized, on an as needed basis for the disciplines of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering. JLM/MT DM/ EC/AD/YG T:I AGENDA 120151July1PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Memo(Plan,Urban Design, Env Eng,Int Design,Structural Eng).docx ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 34 MIAMIE. fACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 8 _ REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS"(the"RFQ") NOVEMBER 24, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TIME.As a reminder to all Proposers, the deadline for the receipt of proposals is UNTIL 3:00 P.M, ON TUESDAY, DECEMBER 2, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. ANSWERS TO ADDITIONAL QUESTIONS RECEIVED. Q1: Proposer dropped off two proposal packages on November 4, 2014. Proposer received Addendum 7 and read that the due date has been extended to December 2. Proposer would like to know if it is okay to leave the package in the Procurement office `til then. Proposer also wanted to know that since its packages were dropped off on November 4, 2014, if Proposer's signature on the addendums is not required for Addendums 4, 5 &6. Al: Proposers who have already submitted their Proposal package, prior to the release of Addendum No. 7, may leave their Proposal package in the Procurement Department. To acknowledge receipt of Addendums 4 through 8 (which includes this addendum), Proposers may submit a revised Page 4 from Appendix A in a sealed envelope to the Procurement Department. Or, Proposers may also wait for the Proposal evaluation period when the Procurement Department will request any missing documentation from the Proposer, which will include acknowledgement of published addendums. Q2: Some clarification is still needed on Question #71 in Addendum No. 7. If using a 330 form for TAB 2, Section 2.1 /2.2 — Do we need to re-arrange the order of the 330 form to reflect the order requested? The answer provided in Addendum No. 7 does not clarify the way it should be arranged. Can a clause page be included before these sections that states: "Sections 2.1 and 2.2 are covered in the following 330 form" instead of re-arranging the order of the standard 330 form? A2: The order of Standard Form 330 should not be re-arranged. As indicated in Tab 2, Page 12 of the RFQ, "Proposers may submit the below requested information utilizing the enclosed Standard Form 330 -- Architect-Engineer Qualifications". In its response, Proposer may include a page indicating that the information requested in Sections 2.1 and 2.2 of Tab 2 is shown in Standard Form 330 and immediately following include the completed form. Proposer shall indicate which sections of Standard Form 330 correspond to Section 2.1 and 2.2 of Tab 2. Page 1 of 2 2 I Miami Beach ADDENDUM NO.8 RFQ 2014-346-SR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Q3: Would you consider re-formulating this RFQ from scratch and putting out a new deadline? This might serve both the City's and the potential proposers' interests best. A3: No, the City will not consider this option. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pro•*- - 04/ --4/1/4' , , AI7' Denis i Procurement Director MiAMI BEA H City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fax: 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. 06: 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 andlor 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. Al 1: Please refer to the answer written for Question #7 in this Addendum. Q12: Please indicate teaming restrictions, if any, on sub-consultants. Thank you. Al2: Per Page 13 of the RFQ, Tab 3, It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted.". As indicated above, Proposers must clearly indicate in their proposal which sections of the scope will be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted. Q13: Section 0300 3. Statements of Qualifications Format. Tab 1 - Item 1.3 Minimum Qualification Requirements (a), Requires LEED, ULI, AICP,APA Certifications for Planning, Urban and Historical Preservation Architects. Please clarify why Historic Preservation architects require such certifications. A13: Please note that, pursuant to Appendix C, section Cl. 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 10113 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: Staff's accredited college diploma or Bachelor's degree in Environmental Sciences or related field. Q25: It is a burden on the firms to submit multiple proposals for one, the architecture and engineering categories and then also for the subcategories. It will also slow down the review process by the City. Will the city consider providing a check list for areas of interest and in which the firms are qualified for and for it to be included in the proposal? 5 A25: Please refer to the answer written for Question #7 in this Addendum. Q26: The RFQ states that Landscape Architects must be certified by the International Society of Arboriculture, Landscape Inspectors Association of Florida and FNGLA. These are not certifications normally held by Landscape Architects. Can 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 for Question # 7 in this Addendum. As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q29: Will a State issued DBE certification suffice as "verifiable evidence" of Proposer's intent to use DBEs on this contract? A29: Yes. Per Page 13 of the RFQ, Tab 3 —Approach and Methodology, "Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County." Q30: Do the 5 projects being requested as "Qualifications of Proposing Firm", Tab 2-Section 2.1, need to be completed? A30: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q31: Do the 5 projects being requested as "Qualifications of the Proposer Team (Architects and Engineers)Tab 2-Section 2.2, need to be completed? A31: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q32: Is it the intent of the RFQ that submitting firms only show 5 relevant projects in the SF 330, as requested in Tab 2-Section 2.1? 6 A32: Please refer to the answer written for Question# 1 in this Addendum. Q33: In speaking to D & B they say an SQR is not something most people are subscribed, but a Comprehensive Report can substitute in many cases since they are similar. Is the SQR mandatory or is there an alternative? A33: The submittal of the SQR is mandatory. Per Page 12 of the RFQ, Tab 2, Item # 2.3, "Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun &Bradstreet." Q34: Is the 2"d underlined area a repetitive requirement of the 1st underlined area? Or are you requesting 2 different sets of five (5) relevant projects? RFQ Page 12 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five(5) relevant projects, performed in the last five (5)years as evidence of experience; the following is required: project description, agency name, agency contact, contact telephone & email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members'qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. For each architect and engineer, include information for five (5) relevant projects, performed in the last five(5)years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ. A34: The requirements indicated in Page 12 of the RFQ, Tab 2, Item # 2.1 are applicable to the "Proposing Firm" The requirements indicated in Page 12 of the RFQ, Tab 2, Item # 2.2 are applicable to the "Architect and Engineer"in each firm/team. Q35: If we are to have D&B send the SQR directly to the City what information should we include in this tab for our submittal? 2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. A35: Given that the SQR must be submitted directly to the Procurement Contact named in the RFQ, Proposers are not required to include information in their proposal under Item # 2.3 of Tab 2, Page 12 of the RFQ. Q36: Do relevant projects have to be completed projects or can they be currently in progress? A36: Please refer to the answer written for Question# 10 in this Addendum. 7 Q37: Under Section C1. MINIMUM REQUIREMENTS: Planning, Urban, and Historical Preservation Architects certified or members of LEED, ULI, AICP, APA is preferred. However, since this is the City's preference and not a minimum requirement, if the firm does not hold any of these certifications will the proposal be deemed non-responsive and not be considered? A37: No, this is a preference and not a requirement. Q38: Given that many firms will be able to Prime various disciplines in Group A and Group B, would the City consider changing the requirements in the current RFQ and requesting that one proposal address all the disciplines for which the firm is able to Prime? A38: Please refer to the answer written for Question#7 in this Addendum. Q39: Our firm is submitting proposals in four disciplines and our corporate offices are questioning the need for 4 separate Dun & Bradstreet SQR Reports. Can we submit one for the firm since they are costly, and the information will be the same on all four? A39: Yes. Q40: If the City intends to select twelve separate firms, then will the City be providing the coordination between disciplines or will one of the twelve firms be required to provide the overall coordination? A40: The City is not limited,to awarding only one Proposer per specialized category. The City may • award more than one Proposer per specialized category. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected by the City from the appropriate specialization list. The prime proposer will be responsible to hire the applicable or required sub-consultants and coordinate the work. Q41: If the City intends to select twelve separate firms, then why does the sample contract call for written approval of all sub-consultants? A41: Please note that the City does not intend to select only twelve separate firms (firm per specialized area). Multiple firms may be qualified per category. Proposers are not precluded from including sub-consultants as part of its team. Per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." As indicated in the last part of the above cited language, Proposers shall indicate the sections of the services the Proposer intends to sub-contract. Q42: If the City intends to select A/E Teams already put together by the Consultant, then why does the RFQ require each discipline to submit separate proposals? This would result in twelve (12) original proposals and one hundred and twenty (120) copies be submitted for one full AlE Team of all disciplines. A42: Please refer to the answer written for Question#7 in this Addendum. 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 9 P 1 P Y ( ) engagement." What exactly are you looking for w/regards to"term of engagement"? A53: Term of engagement refers to the term (number of months or years) the firm was engaged in a particular project or assigned task. Q54: Page 12, Tab 2, 2.3 - Our accounting staff attempted to arrange for Dunn & Bradstreet to submit a SQR to you; however, the D&B site requires your "user name." Can you please provide us w/this as soon as possible? A54: The"user name" is the same as the"email address": yusbeloonzalez c(�miamibeachfl.gov Q55: Appendix C, C.2 Scope of Work Required — In addition to environmental and geotechnical services, our firm provides the following services that are listed in your scope of work: lab testing services as well as testing and inspection services. Typically the lab testing can fall under geotechnical and construction materials testing (CMT) whereas testing and inspections would fall under CMT. CMT is not listed in your RFQ. Some public entities tend to lump geotechnical and CMT together. Should we highlight these services in under geotechnical? A55: As indicated in Page 1 of this addendum, "Geotechnical" has been removed from Group B — Engineering of this RFQ. Q56: The scope also says "Any other professional services..." Our firm also offers facilities services (i.e. building envelope, roofing, waterproofing). Should we highlight this in the submittal? If so, where should we address it? Or should we just stick to the services that are under Group A& Group B? 10 A56: As indicated in Appendix C, the scope of this RFQ will include "Any other professional service pursuant to Section 287.055, Florida Statutes, commonly known as the Consultants' Competitive Negotiation Act (CCNA)." Proposers may highlight in their response any other professional services that falls under Section 287.055, Florida. Proposers may list this information under Tab 3 —Approach and Methodology as indicated in Page 13 of the RFQ. Q57: Submitting separate books for each specialized area that apply to our firm will be not only be costly, but time consuming. Please consider allowing us to submit one book & distinguish the specialized area in each section with a sub tab labeled with that specialized area or simply by using a page break in our documents. A57: Please refer to the answer written for Question#7 in this Addendum. Q58: Can you please provide a list of the firms that are the incumbents for this contract? A58: The incumbents under the City's current agreement for these services are: AECOM USA, INC. HADONNE CORP ARCHITEKNICS KOBI KARP ARCHITECTS& ATKINS NORTH AMERICA, INC. LIVS ASSOCIATES AVINO&ASSOCIATES, INC. LOCKWOOD,ANDREWS&NEWMAN INC BCC ENGINEERING, INC MC HARRY& ASSOCIATES INC BEA ARCHITECTS, INC MILIAN SWAIN&ASSOCIATES BENDER&ASSOCIATES ARCHITECTS MILLER LEGG BERMELLO,AJAMIL&PARTNERS O'LEARY RICHARDS DESIGN BISCAYNE ENGINEERING COMPANY PILLAR CONSULTANTS, INC. BORRELLI&PARTNERS,INC. RED DESIGN GROUP BRINDLEY PIETERS&ASSOCIATES ROBAYNA AND ASSOCIATES, INC. BRUCE HOWARD&ASSOCIATES ROSENBERG DESIGN GROUP,INC. CALVIN,GIORDANO&ASSOCIATES SAVINO MILLER DESIGN STUDIO CASHIN ASSOCIATES PC SBLM ARCHITECTS PC CDM SMITH INC SCHWEBKE-SHISKIN&ASSOC INC CES CONSULTANTS, INC. SHULMAN &ASSOCIATES DOUGLAS WOOD&ASSOCIATES, INC TERRA CIVIL ENGINEERING E SCIENCES INCORPORATED THE RUSSELL PARTNERSHIP, INC EASTERN ENGINEERING GROUP COMP TLC ENGINEERING FOR EDSA, INC. WILLIAM LANE ARCHITECTS 1 FORBES ARCHITECTS ZYSCOVICH, INC. Q59: Is Mechanical, Electrical, and Plumbing considered one specialized category or three separate specialized categories? A59: Mechanical, Electrical, and Plumping Engineering are considered one specialized category. Q60: Please clarify which of the bulleted items described in the Scope of Work fall under each specialized category. A60: The architectural and engineering services listed in Appendix C, Section C2. Scope of Work are only a representative list of the various services the City may utilize throughout the term of the contract. After award, when professional services are required, a proposed project will be 11 • analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q61: Due to the inadvertent error with the time of the original pre-proposal meeting, several firms have a nearly a two-week advantage with information received at the original pre- proposal meeting that many did not receive until the second pre-proposal meeting. For this reason,we are requesting a time extension for the Statement of Qualifications. A61: As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q62: We understand that consultants are not allowed to cite City Employees as references in the proposal response for the above reference RFQ. We would like to receive clarification on this because based on Tab 2.1 and the SF-330 Section F, when showing project examples, we must list the Project Owner and Contact Person/Phone/E-mail. Please advise how we should address this section while still complying with the City's submittal requirements? A62: Please note that Proposers are not prohibited from citing City Employees as a contact in their proposal response for a particular project. Q63: The package stated we need to have 5 relevant project examples, can we have more than 5 project sheets, or only 5 is permitted? A63: Please refer to answer written for Question # 1 in this Addendum. Q64: In regard to RFQ 2014-346-YG Professional Architectural & Engineering Services, the RFQ 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 0-Organizational Chart and E— Resumes of Key Personnel, to provide relevant project experience of each key staff personnel. Please clarify the proper distribution of the SF 330 Sections to provide our responses. A71: Proposers shall utilize the corresponding sections of SF3330 to document the information requested under RFQ Tab 2, #2.1 -Qualifications of Proposing Firm. Q72: Under"specialized areas: GROUP A ENGINEERING General Environmental Interior Design / Space Planning Civil" ....do you mean General Environmental and Interior...? And can we submit under Category A for just General Environmental? A72: The column titled "Group A —Architecture", has the following specialized areas: General, Interior Design/Space Planning, Landscape, Planning and Urban Design, Town Planning, Historical Preservation. The column titled "Group B — Engineering", as amended, has the following specialized areas: Environmental, Civil, Mechanical, Electrical, and Plumbing, Structural, and Land Surveying Services. Please also refer to the answer written for Question # 7 in this Addendum. 13 Q73: Is it the intent of the City that if a civil engineering task arises that requires geotechnical services, the prime firm use the services of the Geotechnical firm selected as part of this procurement? A73: Page 13 of the RFQ, Tab 3, `It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). After award, when professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q74: The RFQ identifies two groups (A& B) which are further broken down into 16 specialized categories (by type of service). Instructions require that respondent submit separately for each category. Our questions are as follows: a. Is the intent to award for each specialized category(minimum of 16 rewards)? b. Is the intent to award to multiple firms within a category? c. Given that each discipline must submit separately, unless providing the same specialized services, how can there be sub-consultant's under this format? • A74: The City is not limited to awarding only one Proposer per specialized category. The City may • award more than one Proposer per specialized category. The City will evaluate each Proposal in accordance with the evaluation criteria indicated in Page 14 of the RFQ, Section 0400. Furthermore, as indicated Page 13 of the RFQ, Tab 3, `it is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted" Q75: Group A & B defines the 16 specialty categories. Appendix `C', section C2, identifies the types of services required. There is no correlation of services to specialties. This leaves it up to each consultant to determine which services are to be provided under the category they're submitting on. This interpretation could result in an incomplete submittal and/or 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. Agreli/A l penis ' r( 2-Procurement Director 14 MAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement -CRIB 305-673-7000 786-394-4073 vtisbeltzonzalezamiamibeachtl.wv ext. 6230 'RAUL 5. MAsTRA1'A (-o55 t BAgdzetw 166 6 -0-730 simgsiv-4pcte v055bgw cow, Fee0ApDo LAOS oeV-2-'('-'s I NG • 5 -236-6,t JZ5t- t�'c�►ose rrictiriGanex.Corn J. .5 AtrI o 0 8Go 3 69 vie berKeitotarmit.ldw4 �'Bd�31 2 3 S 7 sC€) 10 13 1Cif) rn wetls C is M t19 eOO11 f-t. e t/ � 1 t�'- c 3p5-' S'Z�OD 305- 2 77 c ZC� 3eS. G-73• 3os. G"73. MAR4c. h c. t k- . 0 3 Mach'- bt-i.c.ib k.e, 46404 rt..Gd.• ,p4 /P •c fi DwiDitifitArfAigaelkohlin4ppoific. Go,/ y� 6tiei-777( b - 7MP b-,-deZ )E to Z4 pddaruzorlt� behor. ce,r1 (10 CO a,•I Id-1,61.117 a)tr- Lc .,fib 14 ICI"' SO4 ZS 1,-• (.6 6,C-00-rd -DLL51je-r-• lq-a7cC ffoci- Lt a rut 3"Hai lAtslacr c6/0 CD 1 MIAMI BEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS /1-AaCrZ7P. fgrc',1&' Pell'-4 ;'/,'/04. 17Ey��'T I o'C.5-8�� ,7e7 .CCde ,t �d ;//. C v/=? 2 ,y. MEL)S`a s V ..-`1°,C o\i 1 L SZ c30\nv\ L au�n�s lDuuivt�Jo�v�CJ. 561.4 C . ew 6tLc-3 `mil 77;4 Ayt.-)7L /Z , /� r 5 • • Sri ;,Y 7—/i ,r i‘is. ('_. L.'S/ I .66I 361 3"l-7 S6) s , xi;, 6.0r600/1 11/toe1 Snit orvoi► l nom*oti ' � a w '-} M1AMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NANLE z PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement -CMIB 305-673-7000 786-394-4073 vusbeluonzalez(Crniamtbeacht1.Tov ext. 6230 f� '(7,��, C54 CENTRAL L /,v t pe5)44/-54-01 ((os544i-s-494 J VI l/a r e c5.4 reap.ce-r,-, e‘t 73 6 r zi(GLSoc7 �(26 n) L 1c S (3°s- (e,roe>> z6_, groo jeLso S e 1-7 y 0 rr)(41 ,/(4---L. 30-s- - 3 o-s- Tenti A OnS g 5- - 1 1 -1 N s (. AN D - r�l�e� ��1�,,fire •eo»t 32. o t . g , Nit (‘-N-C � ,� K.(Oc �4 r1-4t 1 CSC L.f �L� b1Z>Z kilaAN)) Pk) F'N ry5 , 75 -?oc. eu es S SiVe€iffN■arit.: l C .cc\tcL \J t11 -t4 5 L AJ d-( -5►y vAlG aG,L \ot),.c(sc- 16, men 3;3 �� >> �l71 r��� -� t� �u�� � t�."� 3)4-tt W-6 `'( A2,v r t5 � t MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-ITT SHEET DATE: October 1, 2014 TITLE: RFQ 201=1-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASES" NAME COMPANY NAME PHONE# FAX# (PLEASE PRLNT) E-MAIL ADDRESS Yusbel Gonzalez Procurement- CMB 305-673-7000 786-394-4073 vusbel ionzalezlwmiamibeachfl.av ext. 6230 617-i S4r a r) 644. 64j;awl'tV 3oc-(e-)C-� n� � C.)0-d3 rtG s1. �tln D Yalu i�c7 Zbctl0.Gory 91-eve P 1 rl,i2/Q /1e‹7,`, - R4ie / .3 cc-)7(- / �Y1� f� 3ot)c11-)til (;0 -111) -dal @ +-it Wara, 3 a CC 1480 1- Cow S_ l 65 Z� 5 1 l 5 �Hl l�ur�� l Ir�rj •�b�s 3Cb. r S o an Baca 1, W1• iCWA llonc•t,i I, cu coos-fa\w5k.cm5 0-k.cc , /44.4.414 e.friopeual £t a ,7w- 740/4 A057-6-42-163tA .3o5.672-496t vNrce`era. Ccas*GA j f_ker,‘ (3c--rte-4233 _Q! 42-1)rn7bEa� S. Stn�'C '1 r...51 3os•z4 q. $43 ass: 24'• e� !�''�••�� v�� V���L�2'S Arm �1•-s(,(1.�1 l:,Ei� T--V 1 u--/-w Nw Art.Et44 w t N(�.(�,✓y (s)0 "& / c( ',,.0 4 e sc y /i" cr.� 44-4e44 �rT�3 " .��,�s -i c e/,7-1/7 G1 C'C(I�rt I$EACC F OSO_1 MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING - SI N G IN SHEET NAME COMPANY NAME (PLEASE PRINT) E-MAIL ADDRESS PHONE# FAX# -Ones 1 S Asper 1, 1 rS yos spe r �.S rl i -f . cz\r) (41 -)g(:-) rr� /��7-•!� •`� �e.. ���'i,�,��l.L �I`C/�� � ./ Jr I I_,7 w.. 1 •��- 1),/,p4-_31r:4 o`1 r .-fi r c_r; ✓r z,o r-c.k ���p�is•( i'i X Zr 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 PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement - CMB 305-673-7000 786-394-4073 vusbelc,onzalez miamibeachtl.(ov ext. 6230 w 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 Ileana Gonzalez Robayna& Associates (305) 823-9316 Natalie Lockwood, Andrews& Newman (305)444-6454 Torn Decker Woltberg Alvarez& Partners 305)666-5474 Victor Herrera NV5 (954)495-2112 Douglass Man CB&1 561.361.3148 (1) MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRI\T) PHONE# FAY# E-MAIL ADDRESS Mamie 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-D[AZ &VILLALON 786.497.1906 Jake Ozyman Haks Engineers, Architects and Land (212) 747-1997 Surveyors, P.C. Michael EAC Consulting (305) 263-5400 Shawn Stanley Consultants 786.762.4115 Mark URS Corporation (305) 262-7466 PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 13, 2014 16 4•.. 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 N SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASES" NAME COMPANY NAME PHONE# FAX# (PLEASE PRIINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vusbelszonzaiezOmlamibeachtl.!OV ext. 6230 D, - l i L.C- F.,C_�l itit,}Rf Ne i(-) 2 EA( i Ge?/ `' L,( -�C_c 6-51- l '.,-,,,,,,-.:•))L. ._ Ex` r -305,24 B4 19i ,-.L OZ T j bn/RN ��SC,Q,INL rul,,iJc.C;P/46 Cv �cu5 � ��, 3-zY, 767( ,z'f,O° t/l Z__061741 i1 ZeJ4 k,\ ( ) ErnE-.3- e /./Pi . IVE-T- &?3-39// /7/n _ 4 ( .3<r-*1-4z -C-PorpiP■ki c) M ,-,,, co-( ..,r.Lt 1. ,1 i��� '.-7 :y....;00---t-- -c-■• k&t.c::= .,4 GI‘ Z,... Fj:t�^c►.lf i;-c.l..:,t-Co e L4 VkiA1 •' Et� ( il ,/ e---((cct.,, , ,. & k,b,‘„Q S,-,(‘C.4 �Iaii, S€JALEIL USN5f.kC C-MINI 4F,SMC4.1 �S'�1t'I�l�� S-a°�2-I�'� r_Di @pfisui$E,R--C6ALD4 ER-,GOto ; ' Skifkr\,Ae-- 305 LN 24 \ofooI(--,v-NdCe-e aMec.conk L- oa -z0, : 6'itiq-Ij6v 1/Z-` -j± .223 dZj 0 MIAMI BEACH CITY OF MIAMI MI B EAC H PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement.- CMB 305-673-7000 786-394-4073 vusheltzonzalezr'.`n11arnibeacll1l.wv - ext. 6230 /3Ak ilowirtp C.nii - c/' h'bri vicot 30c-471- cn/1f2 - C I vo ,At 30s- (73 - �� Cyr 1 � w�A►�►Gt cervI c►«J wt�'ciwt Ile�cLr�!. So v o-i I Yanefisct-- ti-C- e11_9r•IleYrr'bt i 3v 73er at Z vote Z i e-P j•cow kenn Ko Grp �an� C bUYGI -'li Za6e.-4 k v\i\fuctio 3a S G L - e��cahVt wt( r'M c/.ysv 7 O t• ^ I eD M1AMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 • vusbelgonzalezOmiamibeach11.goy ext. 6230 Lance Olsen Innovtec 352-459-1974 lance @.innovtec.com James Kahn Keith and Schnars, PA 954-776-1616 ikahri a;•ksfla.com Sharman Ciddi EAC Consulting 305-264-2 557 Tom B.rzezinski. WadeTrim 813-882-4373 tbrzezinkski@wadetrim.com Jenny Alonso TX. Lin International 305-567-1888 Jennv.alonso a.tvlin.com Ext. 4034 Staci L. Bolinger Dunkelberger Engineering&Testing 561-494-7006 slbolin2er(a)terracon.com William Craven Pure Technologies 407-408-7631 William.craven a:puretechltd.com Jennifer Priem GLE Associates 813-241-8350 jpriem @gleassociates.com Judith A. Kemp Brindley Pieters & Associates 407-830-8700 jkemp a.bpa-enuineers.com Helmut J. Mueller Mueller& Associates, LLC 305-600-9070 muellerandassociates ikmail.com • MIAMIBEACH CITY OF MIAMI BEACH . PRE-PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NANIE (PLEASE PRINT) PHONE# FAX# E-MAIL ADDRESS Ilker Uzun CPU Corp 305-274-4805 iuzunri;cphcopr.com Brenda Kimley-Horn 407-898-1511 [raldy Martin LIVS Associates 305-443-2933 imartin @livs.net Nadia E-Sciences (786) 517-2632 Rothie Franko OCE Associates (561) 688-6575 Steve Pines Bermello Ajamil & Partners (305) 859-2050 Dina CSA Group (305) 461-5484 Eric Propes EDSA 954.524.3330 Jose Lopez Schwebke-Shiskin&Associates, Inc. (954) 435-7010 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 6 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the"RFQ") NOVEMBER 12, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, NOVEMBER 25, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 - Late proposals will,not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. • Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's 9 P Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director Page 1 of 1 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Micmi Beccn,Florida 33139,www.micmibecchfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fcx: 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 i 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. .f�i♦! /IAA_ -ns °rocurement Director • Page 1 of 1 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO.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, Alex Denis Procurement Director Page 1 of 1 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS"(the"RFQ") OCTOBER 7,2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ SOLICITATION DOCUMENT. It has been brought to our attention that some proposers are • receiving an error message when attempting to download the RFQ solicitation document. Via this Addendum, the RFQ solicitation document has been re-loaded to the solicitation page in www.publicpurchase.com. No changes have been made to the RFQ solicitation document since it was initially published on September 18, 2014. 2. ADDITIONAL PRE-PROPOSAL CONFERENCE. Due to an inadvertent error with the time indicated for the pre-proposal conference held on October 1, 2014, an additional pre-proposal conference has been scheduled for the date, time, and location indicated below. Proposers that attended the pre- proposal conference held on October 1, 2014 are not required to attend this second pre-proposal conference. Date: October 13, 2014 at 2:00 PM Location: City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 • Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, • Alex Denis Procurement Director Page 1 of 1 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miomibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") SEPTEMBER 30, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. CLARIFICATION# 1: The RFQ solicitation file published on September 18, 2014 was corrupt. As such, many proposers were unable to download the RFQ document. On September 19, 2014, at approximately 8:25 AM, an updated RFQ was uploaded to the solicitation page in Public Purchase, which created "Addendum No. 1" in Public Purchase. CLARIFICATION#2: Although indicated in the RFQ solicitation document, the pre-proposal conference date, time, and location was inadvertently left out from the solicitation page in Public Purchase. This information has now been added. As a reminder to all proposers, the pre-proposal conference will take place on October 1, 2014 at 10:00 AM at the following location: - City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone:. Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete RFP No. 10-08/09 Building Development Process Fee Study Addendum#1 10/1/2014 Page 1 of 1 2 I Miami Beacn 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 Sin6e'i ,, 41014 entS- 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 MIAMI EACH Alex Denis, Director DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.74901 adenis @miamibeachfl.gov www.miamibeachfl.gov MIAt\M1BEACH 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 M1 M 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[sj")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City of Miami Beach is accepting qualifications for Architectural and Engineering Services in various professional categories on an "as-needed basis. Each proposed contract shall be for a three(3) year contract term, with two(2)one year renewal options at the City's option. It is the intent of the Administration to use the RFQ process to select firms who are qualified to provide services in each of the categories of professional specialization. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. In'accordance with Section 287.055, Florida Statutes, known as the"Consultants' Competitive Negotiation Act", the City may enter into a "continuing contract" for professional architectural and engineering services for projects in which construction costs do not exceed$2 Million or for study activities for which the fee does not exceed$200,000. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations, which will take place after the selection of the firms deemed to be the most qualified to perform the required services. If the City is not able to negotiate a mutually satisfactory compensation schedule with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected,and negotiations may continue until an agreement is reached. The RFQ seeks proposals from firms with strong qualifications in the following specialized areas: GROUP A—ARCHITECTURE GROUP B—ENGINEERING General Environmental Interior Design/Space Planning Civil Landscape Geotechnical Planning and Urban Design Mechanical, Electrical, and Plumbing Town Planning Structural Historical Preservation Land Surveying Services RFQ 2014-346-YG 3 MIAMI 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 a@.miamibeachfl.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 RF2O 14-3 6- R ' N\IAM 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 Y Y Y 9 "Cone of Silence."The Cone of Silence ordinance is available at: http://Iibrarv.municode.com/index.asox?clientlD=13097&statelD=9&statename=Florida Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.govlprocurement/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- 46- R 5 \v\IAMB 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 R F Q 014- 46-SR r Y_.. 6 /V\I,AAA1 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 X14-346-SR _.. _.:..., .._:n.., ,... _ , 7 Al\I AM! BEACH 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 RFQ 2014-346- R 8 t\AIAM 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. mm-17a46-SR _..:,. 9 MIAMI BEACH 35. EXCEPTIONS TO RFQ. Proposals must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion,may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to(as said term and/or condition was originally set forth on the RFQ). 36. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposals shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Statement of Qualifications. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFQ 2.14-346- R 10 A,I `MI 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 1'1 +V;I AAA IBEACH 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/servletlSupplierPortal?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 Proposers 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). RF 2 714 343 c 13 "MIAMI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION '1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. Proposals will be categorized into the discipline areas noted in section 0200-2(Groups A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against other proposers in that category. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may: • review and score all Statement of Qualifications received, with or without conducting interview sessions;or • review all Statement of Qualifications received and short-list one or more Proposer to be further considered during subsequent interview session(s)(using the same criteria). Step 1-Qualitative Criteria : Maximum Points Proposing Firm — Experience and Qualifications, including Financial 40 - Capability Proposing Team (Architects and Engineers) — Experience and 40 Qualifications Approach and Methodology, including Self-Performance of Work and 15 utilization of 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 MIAMI BEACH 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. 76=1Z-346-SR 15 APPENDIX A MIAMI iIE & iT1k '. Response Certification , Questionnaire 8( 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 usbel.onzalez• miamibeachfl.•ov 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.: 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 Iicensure,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. i E RFQ 2014-346-YG Appendix A— Page 1 1. Veteran Owned Business.Is proposer claiming a veteran owned business status? r� 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 — Pa e 2 9 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 DISCLOSUREAND DISCCAIIVIER 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 346YG Appendix A — Page 5 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications,terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Res uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: 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 X..- Appendix A 2— Page 6 • APPENDIX B • 't BEAr .,4 JA\ fr-1 " No Bid " For 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 ate; It is important for those vendors who have received notricorion of - ati' but have decided not to respond, to complete submit he attached St ,-= t of No 4*Stater ant of No Bid" provides Fcgure to submit a "Statement of No Bid" may result in not being notified • Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Yusbel Gonzalez STATEMENTS OF QUALIFICATIONS #2014-346-YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 :'....:. v`f:.:_.cr^s.mss*. N'w.'.1➢:.:,h 1.-.:_.>•n'w:.rJ✓..:.y.Y..H.'.. .1...r_=t:\N'::a.r'!e^^k..0 ::i.>.Ft ri.:. .,;. .-r':+ri.:r....:-....J.. .. .tT=^+�...-...r.m...e...a...f•UrVN.::l•?.F:s... e.-..t'.!.]] -.i:Ys RFQ 2014-346-YG Appendix B — Page 1 APPENDIX C MIAMI BEACH Minimum Requirements & Specifications RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 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(GNSS) o Ground Penetration Radar(GPR) o Subsurface Utility Engineering(SUE)and Underground Utility Services o These specialized services may be utilized for surveys to include but not limited to Specific or Special Purpose, Topographic (surveys for engineering design), As- Built/Record, Boundary, Condominium, Construction Layout, Control, Hydrographic, Mean High Water, Quantity, Submerged/Filled Lands as well as GIS feature creation • Control and Data Services: o Establishing vertical and horizontal control o Researching and utilizing record documents for right-of-ways etc. Locations of all improvements, features as required in the City of Miami Beach Public Works Department Manual and/or as designated for a specific project. All field data is to be collected in digital form Point Clouds (Text XYZ Coordinate files, etc.)with horizontal and vertical control points identified and recorded in field books. The digital data shall be post processed and delivered to the City as specified herein. Survey control for Vertical Control shall be referenced to the North American Vertical Datum of 1988 (NAVD1988) and the Horizontal Control shall be referenced to Florida State Plane Coordinates, East Zone, North American Datum of 1983/1990 (NAD83190) supplemented with digital data files including but not limited to processed HDS and LiDAR Point Clouds with Photographics, ESRI File Geodatabases, ESRI Shapefiles (.SHP), and .DWG format drawings of the Surveys, Maps, GIS Data Sets etc. • Platting; Mapping;Flood Plain Studies • Swimming Pools • Storm Water Handling &Facilities • Testing &Inspection Services • Topo Survey • Urban Renewals; Community Development • Value Analysis; Life-Cycling Costing • Water Supply,Treatment and Distribution • Zoning; Land Use Studies • Any other professional service pursuant to Section 287.055, Florida Statutes, commonly known as the Consultants' Competitive Negotiation Act(CCNA). The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach DSM and Florida Status(particularly surveys). The selected firms will be responsible for obtaining all State, Federal and local permits and approvals necessary for the construction of all projects, and may be required to provide consulting services to the City on various matters which do not result in drawings or specifications. RFQ 2014-346-YG Appendix C APPENDIX D /\/'JA/\Ad 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 700 Convention Center Drive Miami Beach, Florida 33139 RFQ 201634b-YG Appendix 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 ZEACH Insurance Requirements RFQ No. 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 N I A tx AIDLA r d V I 6,11 r 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 ..���iu.!��u ::��� �F.i�'..9;.�"-.-'�;�z:�..;��]%. _�"�v"".U.'_,%' .''�-ry'.�v✓,�c --.i�.:G.i^�-:f"'�'.`:s'..u..u'".�""--�'u'i�sc:-u.'..c �.,.,-x.�u` ✓%G _. ,..,_ RFC) 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 Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXX)0000 XXXXXXXX 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 I 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 (NE) SERVICES FOR THE XXXXXXXXXXXX)UUUUU<XXX)UU<XXXX 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 XXX)OO(X)UUUCXXXXXXXXXXX)UUUUU<(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 "XXXXXXXXXXXX XXX)UUUUCXXXXXXXX" 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: X XX ; XXXX)00000X . 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 inconsisterrt 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 amendments or modifications to this Agreement. any A ement. 9 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 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")), 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. 9) 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: XXXXXXXXXXXXXXX XXXX)UU{XXXXXXXX XXXX)UUUUU<X)COXX 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 Protect Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and sub-consultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its sub-consultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its sub-consultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 . WARRANTY: The Consultant warrants that the Services furnished to the City under this Agreement shall conform to the quality expected of and usually provided by the profession in the State of Florida applicable to the design and construction of public and commercial facilities. 16.8 NON-EXCLUSIVITY: Notwithstanding any provision of this non-exclusive Agreement, the City is not precluded from retaining or utilizing any other architect, engineer, design professional or other consultant to perform any incidental Basic Services, Additional Services, or other professional services within the contract limits defined in the Agreement. The Consultant shall have no claim against the City as a result of the City electing to retain or utilize such other architect, engineer, design professional, or other consultant to perform any such incidental Services. g) 16.9 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by sub-consultants, subject to the prior written approval of the City Manager. g) 16.10 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 16.12 INTENT OF AGREEMENT: g) 16.12.1 The intent of the Agreement is for the Consultant to provide design services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. g) 16.12.2 This Agreement is for the benefit of the parties only and it does not grant • rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.12.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 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 l • • . • • _ • • • • 1 .r • SCHEDULE A SCOPE OF SERVICES SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* $ 0.00 Design Services* $XXX)0000( Bidding and Award Services $)XXXXXXX Construction Administration** $XX:0000(X Reimbursable Allowance*** $XXXXX)U()( 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 $XX)U(XX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Coordinator. Unused portions will not be paid to the Consultant. SCHEDULE C HOURLY BILLING RATE SCHEDULE SCHEDULE D COSTRUCTION COST BUDGET SCHEDULE E PROJECT SCHEDULE SCHEDULE F•" .•• •. GENERAL CONDITIONS OF-THE CONSTRUCTION CONTRACT • • . - . . . . . . .. • • • • • • SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. SCHEDULE H BEST VALUE AMENDMENT The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 35 (r:111 City Miami• B h RFQ 2014-346-YG n r, , , ..A Ii w - . .. 1 ._. ....... ,..,.. .1 . , ... a-.. ` r •. . tee' A r.„, n' i1Yw } - . WELCOME±� t r mo •,,s ,, ,..,1., I , � ` I :. ,.. '",!!. fo, .. . . :Prit...;11, ' -, ...- . '',.., ' 'i It -.- , . ��wwMM ......<...."7, _ T !. j r C?r J , '- i f d � b aL ' . - ` __r . f w• Sri'; � f v , '- ` _.4 - " ,; 0. - --2 i •A Y e> UTIS • frlCity of Miami,Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Section 1.1: Cover Letter and Table of Contents December 2, 2014 City of Miami Beach Mr. Yusbel Gonzalez, CPPB 1700 Convention Center Drive Miami Beach, Florida 33139 Re: Professional A&E Services in Specialized Categories on an "As-Needed Basis" Group B: Engineering — Environmental Engineering Services Dear Mr. Gonzalez: URS Corporation Southern (URS) appreciates the opportunity to submit our statement of qualifications to the City of Miami Beach for Environmental Engineering Services under Group B. We have assembled a local Team with the experience and qualifications necessary to perform all environmental engineering tasks identified in the RFQ, Appendix C Scope of Work, under the headings of General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment. Originally established in 1904, and recently acquired by AECOM Technology Corporation, URS' broad- based talent and depth of resources are unmatched in the engineering industry. Our Team of local professionals has been working together for over 20 years throughout the Miami-Dade area and offers the City of Miami Beach best-value in efficiently and effectively meeting your environmental objectives. We have extensive experience successfully assisting local communities including the City of Miami, City of Coral Gables, City of Doral and Miami-Dade County with their variety of environmental challenges, as evidenced by the award of successor contracts for multiple terms with these entities. Our Team's Best-Value Approach hinges on: • Using the most advanced analytical tools available to assist the Team in understanding the situation so that a prudent and cost-effective solution is reached, URS has been able to systematically evaluate current conditions, predict future conditions, and lead a clear path to the remedial solution without costly over-analysis and resampling. • Understanding the importance of providing the same level of care and attention on the City's small projects with limited funding resources as the big projects with larger budgets. • Understanding the complexities, costs, application, and relative values of various types of information and are specifically trained to employ the risk assessment framework to optimize costs, effort, and benefits while meeting complex regulatory schedules and requirements. The ultimate product delivered to the client is the most acceptable site closure solution available. 1-1 URS ejaCity of Miami Beach Professional A&E Services on an"As=Needed-Basis" Group B Environmental • URS' engineering design capabilities enabling us to be the leader in the application of both innovative and conventional technologies to meet demanding regulatory requirements and difficult site conditions. • Completing designs using currently accepted engineering practices under a rigorous quality control program. • Maintaining an open and constant line of communication with the City's project managers to provide the best project outcome while maintaining budgets and schedules. As a licensed General Contractor, URS is one of the few remaining environmental engineering firms in Florida that has both self-performed remedial system installations and/or used our expertise in a construction management/oversight capacity for our clients. As such, URS can utilize its first-hand knowledge of remedial systems to verify that a given contractor performs remedial system installation activities in a professional and cost effective manner. In addition to a track record of providing environmental engineering services, including contamination assessments and remediation, as a consultant to Miami-Dade County DERM for three consecutive contract terms, URS has a strong reputation for providing efficient and effective environmental permitting services. We understand the importance of planning, data collection, and regulatory agency coordination in the early stages of a project. URS' permitting group has long- standing relationships with Federal, State, County and 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 which allows our Team to offer a streamlined approach to a sometimes cumbersome permitting process. We are excited about this opportunity and look forward to working with the City on this important contract. Should you have any questions regarding the content of this response, please do not hesitate to contact me at the number provided below. Kindest Regards, 41:: 11."R Daniel Levy, PG URS Corporation Southern Vice President/ Principal-in-Charge 7650 Corporate Center Drive, Suite 400, Miami, FL 33126 Dan.Levy @URS.com (t) 305.514.2463/(f) 305.261.4017/(c) 305.519.1194 1-2 us erlCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Table of Contents Section Description Page(s) Tab 1 1.1—Cover Letter and Table of Contents 1-1 1.2— Response Certification, Questionnaire & Requirements Affidavit 1-4 1.3— Minimum Qualifications Requirements 1-28 Tab 2 2.1—Qualifications of the Proposing Firm 2-1 2.2—Qualifications of the Proposing Team 2-7 Standard Form 330 Part I & Part II 2-41 2.3— Financial Capacity 2-76 Tab 3 3.1 -Approach & Methodology 3-1 Appendix Al—Firm Licenses and Certifications A-1 A2—Team Licenses and Diplomas A-3 A3—Comments regarding Terms & Conditions A-21 1-3 MIS nCity of Miami Beach Professional A&E Services on.an"As-Needed-Basis" Group B-Environmental Section 1.2: Response Certification, Questionnaire & Requirements 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:URS Corporation Southern No of Years in Business: 110 years No of Years in Business Localy: years I No of Employees:50,000 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:None FIRM PRIMARY ADDRESS(HEADQUARTERS):600 Montgomery Street,26th Floor CITY: San Francisco STATE: ZIP CODE: l CA 94111-2728 TELEPHONE NO.:(415)774-2700 TOLL FREE NO.:N/A FAX NO.: (415)398-1905 FIRM LOCAL ADDRESS:7650 Corporate Center Drive,Suite 400 CITY:Miami STATE FL I ZIP CODE:33126.1220 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Daniel J.Levy,PG-Vice President/Principal-in-Charge ACCOUNT REP TELEPHONE NO.: (305)262-7466 ACCOUNT REP TOLL FREE NO.:N/A ACCOUNT REP EMAIL: dan.levy @urs.com FEDERAL TAX IDENTIFICATION NO.: 59-2087895 The City reserves the right to seek adcitonal 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. • :Fv?2014 46Yv Appendix A-Page 1 1-4 URS City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT:Proposals daiming 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 disdose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immedate 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 drectly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disdose the name(s)of any officer,director,agent,or immedate 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 drectly or incirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates See response 1.2.1 regarding Conflict of Interest below. 3. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal vidation,or had a contract cancelled due to non-performance by any public sector agency? IYES ( X INO • 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 Citys Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,induding 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 contrdling 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. See response 1.2.2 regarding Financial Interest below. 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 ales and regulations indudng,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/. See response 1.2.3 regarding Code of Ethics below. 6. ___. • _ ... • • • kFQ 2014-346- G Appendix A-Page 2 1-5 • URS • rthCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental • _._ .I• , . o. • .. .1 - •-- ..- • .-. . . _ •.. . ... •. .■ .. . .... , . ... - .. ..- 7. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over 5100,000 whose contractors maintain 51 or more full time employees on their payrdls 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 Ordnance 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.govlprocurementl. 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 pubic 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. kFQ'2O 14 3 o=YG Appendix A-Page 3 1-6 Vs�7 City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental • • 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 after solicitation requirements.The City win 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 co 1, ation of addendum is required,submit under separate cover. • • • • RFQ 2014-346-YG Appendix A—Page 4 • 1-7 IMS • /^ City of Miami Beach • • Cy Professional A&E Services on an"As-Needed-Basis" . • Group B-'Environmental • • • • 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 sdicitation,or in making any award,or in fading or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this sdicitation,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 Qty may withdraw the sdicitation 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 Qty may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this sdicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, inducting financial and disclosure data, relating to the Statement of Qualifications and the applicant indudng, without limitation, the applicant's affiliates,officers,directors,sharehdders,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 wilt be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disdosure and Disdaimer,is totally relying on this Disclosure and Disdaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this sdicitation are submitted at the sde 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 orgy,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 disdosure as required by such law.M 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 Qty 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 sdicitation,all Proposals agree that in the event of a final unappealade judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this sdicitation,or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to S10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disdosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disdosure and Disdaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disdaimer shall always govern.The solicitation and any disputes arising from the sdicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFG?201 4-34bYG Appendix A-Page 5 • 1-8• • uRS. nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental PROPO,CI'f(:l-f;f If IC,ATI(JI•i 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: Daniel J.Levy,PG Vice President/Principal-in-Charge Signature of Proposer's Authorized Representative: Date: October 28,2014 State of FLORIDA ) On this day of October ,2014,personally appeared before me Daniel J.Levy who County of Mianu--Dade ) stated that(s)he is the Vice President of URSCorp.Southern ,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' +` •.L..,,.y 21-- _9- iii y.-�- Notary Public for the State of Florida My Commission Expires: Marc 1,T'1, t o► . .:�" '°%'• CHRISTINE M.GIBSON Notary Public•Stale of Florida ( , :.47 My Comm.Expires Mar 17,2015 ,, ;;;;:-' Commission#EE 75161 RFQ 2014-346-YG Appendix A—Page 6 1-9 IntS CICity of Miami Beach • Professional A&E Services on an"As-Needed-Basis" Group B Environmental RESPONSE 1.2.1: Conflict of Interest No officer,director, agent or immediate family member(spouse, parent, sibling, and child)of URS Corporation Southern is also an employee of the City of Miami Beach. Furthermore, no City of Miami Beach employee owns, either directly or indirectly,an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. URS Corporation Southern (FEIN 59-2087895),the entity submitting this response, is a 100%wholly owned subsidiary of URS Holdings, Inc. RESPONSE 1.2.2: Vendor Campaign Contributions There are no individuals or entities with a controlling financial interest as defined in solicitation that 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. As previously referenced, URS Corporation Southern (FEIN 59-2087895),the entity submitting this response, is a 100%wholly owned subsidiary of URS Holdings, Inc. RESPONSE 1.2.3: Code of Business Ethics URS' Code of Business Conduct and Ethics describes the policies and practices the Company has instituted to maintain the highest standards of professional and ethical conduct,and underscores the Company's commitment to such standards. Every URS employee, officer,and director is required to read and understand the Code and its application to the performance of his or her business responsibilities. Officers, managers,and other supervisors are expected to develop in employees a sense of commitment to the spirit, as well as the letter, of the Code. Although the Code cannot,possibly describe every practice or principle related to honest and ethical conduct,the Code addresses conduct that is particularly important to proper dealings with the people and entities with whom we interact, including our coworkers,clients,contractors,vendors, investors, • the governments that regulate our activities and members of our community, and establishes our commitment to the highest ethical standards. The URS Code of Business Conduct and Ethics is updated when needed and currently addresses: respect for people and nondiscrimination, health and safety, legal compliance, environmental compliance, insider trading,government transactions, international business laws, antitrust, conflicts of interest,corporate opportunities, documentation,financial integrity, public reporting,gifts and entertainment, company assets,confidentiality, media/public discussions,waivers,and company standards and procedures. A copy of our Code of Business Ethics has been provided beginning on the following page. 1-10 URS CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental CODE OF BUSINESS CONDUCT AND ETHICS As adopted by the.Board of Directors on July 15,2003 and revised by the Board of Directors on May 25,2006,March 27,2008 and March 25,2010 1-11 City of Miami Beach • • Professional A&E Services on an"As-Needed-Basis" - _ Group B Environmental • URS CORPORATION CODE OF BUSINESS CONDUCT AND ETHICS 1. INTRODUCTION We are committed to maintaining the highest standards of business conduct and ethics. This Code of Business Conduct and Ethics reflects the business practices and principles of behavior that support this commitment. As a large, global company, URS-has a diverse employee population drawn from the individual business cultures of several distinct companies. Although we function as a multinational organization, we expect every employee, officer and director to read and understand the Code and its application to the performance of his or her business responsibilities. References in the Code to employees are intended to cover officers and,as applicable,directors. Officers, managers and other supervisors are expected to develop in employees a sense of commitment to the spirit,as well as the letter,of the Code. Supervisors also are expected to ensure that all agents and contractors conform to Code standards when working for or on behalf of URS. The compliance environment within each supervisor's assigned area of responsibility will be a factor in evaluating the quality of that individual's performance. Nothing in the Code alters the employment at-will policy of URS applicable to all U.S.employees. • The Code cannot possibly describe every practice or principle related to honest and ethical conduct. The Code addresses conduct that is particularly important to proper dealings with the people and entities with whom we interact, including our coworkers, clients, contractors,vendors,investors,the governments that regulate our activities and members of our community, and establishes our commitment to the highest ethical standards. From time to time we may adopt additional and more specific policies and procedures with which our employees,officers and directors are expected to comply,if applicable to them. However, it is the responsibility of each employee to apply conunon sense, together with his or her own highest personal ethical standards, in making business decisions where there is no stated guideline in the Code or in our other policies and procedures. Unyielding personal integrity is the foundation of corporate integrity. The integrity and reputation of URS depends on the • honesty,fairness and integrity brought to the job by each person associated with us. Be aware that action by members of your immediate family,significant others or other persons who live in your household (referred to in the Code as "family members") also may potentially result in ethical issues to the extent that they involve URS business. For example, acceptance of inappropriate gifts by a family member from one of our suppliers could create a conflict of interest and result in a Code violation attributable to you. Consequently, in complying with the Code,you should consider not only your own conduct,but also that of your immediate family members,significant others and other persons who live in your household. You SHOULD NOT HESITATE TO ASK QUESTIONS ABOUT WHETHER ANY CONDUCT MAY VIOLATE THE CODE, VOICE CONCERNS OR CLARIFY GRAY AREAS. SECTION 20 BELOW DETAILS THE COMPLIANCE RESOURCES AVAILABLE TO YOU. IN ADDITION, YOU SHOULD BE ALERT TO POSSIBLE VIOLATIONS OF THE CODE BY OTHERS AND REPORT SUSPECTED 1-12 URS eth'City'of Miami Beach Professional'A&E Services on an"As-Needed-Basis" Group B-Environmental • VIOLATIONS, WITHOUT FEAR OF ANY FORM OF RETALIATION, AS FURTHER DESCRIBED IN SECTION 20. Violations of the Code will not be tolerated. Any employee who violates the standards in the Code may be subject to disciplinary action, which,depending on the nature of the violation and the history of the employee,may range from a warning or a reprimand to and including termination of employment and, in appropriate cases,civil legal action or refeiral for criminal prosecution. 2. RESPECT FOR PEOPLE AND NONDISCRIMINATION As a URS employee, you are critical to our success, and our policy is to treat you with fairness and respect. URS is an equal opportunity employer. We do not tolerate discrimination against applicants or employees based on race, color,religion,sex, age,marital status,national origin, sexual orientation, citizenship status, or disability. We prohibit discrimination in decisions concerning recruitment, hiring, compensation, benefits, training, termination, promotions, or any other condition of employment or career development. We are committed to providing a work environment that is free from discrimination or harassment of any type. We will not tolerate the use of discriminatory slurs, unwelcome unsolicited sexual advances or harassment,or any other remarks,jokes or conduct that creates or fosters an offensive or hostile work environment. Employees at all levels of the organization must act with respect and civility toward clients,coworkers and outside firms. Being treated fairly means that managers and supervisors will evaluate you according to your merits,not according to arbitrary factors. 3. HEALTH AND SAFETY URS strives to provide a safe and healthful work environment. We expect employees to follow safety and health rules and practices and promptly report accidents, injuries and unsafe equipment, practices, or conditions to a safety representative, project supervisor or a more senior manager. We do not permit violence or threatening behavior in our workplaces. We report to work in condition to perform our duties at our best, free from the influence of illegal drugs or alcohol. We do not tolerate the use of illegal drugs in the workplace. • 4. LEGAL COMPLIANCE Obeying the law,both in letter and in spirit,is the foundation of this Code. Our success depends upon each employee's operating within legal guidelines and cooperating with local, national and international authorities. It is therefore essential that you understand the legal and regulatory requirements applicable to your business unit and area of responsibility. We hold periodic training sessions to ensure that all employees comply with the relevant laws,rules and regulations associated with their employment,including laws prohibiting insider trading(which are discussed in further detail in Section 6 below). While we do not expect you to memorize 2 1-13 URS • City of Miami Beach . • . . . . Professional A&E Services on an"As-Needed-Basis" . : . Group B Environmental every detail of these laws, rules and regulations,we want you to be able to determine when to seek advice from others. If you do have a question in the area of legal compliance, it is important that you not hesitate to seek answers from a member of the Legal department. Disregard of the law will not be tolerated. Violation of domestic or foreign laws,rules and regulations may subject an individual, as well as URS, to civil and/or criminal penalties. You should be aware that conduct and records, including emails, are subject to internal and external audits, and to discovery by third parties in the event of a government investigation or civil litigation. It is in everyone's best interests to know and comply with our legal and ethical • obligations. 5. ENVIRONMENTAL COMPLIANCE Federal law imposes civil and criminal liability on any person or company that contaminates the environment with any hazardous substance that could cause injury to the community or environment. Violation of environmental laws can be a criminal offense and can involve monetary fines and imprisonment. We expect employees to comply with all applicable environmental laws. Our intent has been,and continues to be,to conduct our business in an environmentally responsible rummer that minimizes environmental impacts. We are committed to minimizing and, if possible,eliminating the use of any substance or material that may cause environmental damage, reducing waste generation and disposing of all waste through safe and responsible _ methods, minimizing environmental risks by employing safe technologies and operating procedures,and being prepared to respond appropriately to accidents and emergencies. 6. INSIDER TRADING Employees of URS who come into possession of material non-public information concerning URS must safeguard the information and not intentionally or inadvertently cone nunicate it to any person, including family members and friends,unless the person has a need to know the information for legitimate,URS business. All non-public information about URS or about companies with which we do business is considered confidential information. To use material non-public information in connection with buying or selling securities, including "tipping"others who might make an investment decision on the basis of this information,is not only unethical, it is illegal. Employees must exercise the utmost care when handling material inside information. You should consult the Insider Trading Policy for more specific information on the definition of"material inside information" and on buying and selling our securities or securities of companies with which we do business. If any employee has access to material non-public information relating to URS, neither that person nor any related person or affiliate may buy or sell securities of URS or engage in any other action to take advantage of, or pass onto others,that information. Transactions that may be necessary or justifiable for independent reasons,such as the need to raise money for an emergency expenditure, are no exception. Even the appearance of an improper transaction should be avoided. 3 1-14 raCity of Miami-Beach Professional A&E Services on an"As-Needed-Basis". Group B-Environmental • 7. GOVERNMENT TRANSACTIONS Compliance with federal, state and local laws is the responsibility of all employees doing business with the government. All employees dealing with the government must keep informed of changes in government procurement laws and regulations, as well as government enforcement standards and practices, and seek advice whenever there is a question regarding appropriate conduct. Failure to comply with applicable laws, regulation, and contract requirements may result in criminal, civil, contractual, and administrative penalties being assessed against URS and individual employees. • The government often imposes special accounting,administrative,billing and invoicing,• product quality, inspection and testing, progress reporting and performance obligations and requirements. Each employee involved in performing government contracts must learn, understand and fully comply with the requirements of the contracts they help to perform. Employees have an independent responsibility for timely and accurate recording of charges. Whenever feasible,charges should be recorded as work is performed. At a minimum, time should be recorded on a daily basis. Supervisors are responsible for reviewing and approving all their employees' time charging records and providing time charging education and training. Financial records, cost reports,time cards,schedule reports,test and inspection records, technical reports, and progress reports created in connection with performance of government contracts and subcontracts must be accurate and complete. Products, services and work performed for or delivered pursuant to government contracts and subcontracts must comply fully with all applicable specifications, standards and contract requirements. Invoices submitted in connection with government contracts and subcontracts must accurately reflect the amount we are entitled to receive at that time under the contract. Disclosures, representations and certifications made in connection with government contracts and subcontracts must be • accurate and complete when made and must not knowingly omit information in order to mislead or misinform. The Federal Procurement Integrity Act prohibits competing contractors from engaging in specific unethical behavior such as offering a gratuity to a government procurement official; soliciting or receiving procurement-sensitive information from any agency employee; discussing employment or other business opportunities with a procurement official. The Truth in Negotiation Act requires government contractors to certify that cost and pricing data in their proposals,bids,and other submittals are accurate,complete and current. Federal criminal and civil laws and regulations prohibit or restrict employment discussions with certain current government employees. These laws and regulations also prohibit permanently, or limit for certain periods of time, the type of work that may be • performed by a former government employee. Because these laws and regulations change periodically, you should consult the Legal department before responding to or initiating any contact with a government employee concerning present or future employment opportunities. 4 1-15 U • eja City of Miami Beach . 'Professional A&E Services on an"As-Needed-Basis" • Group B-Environmental 8. INTERNATIONAL BUSINESS LAWS Our employees are expected to comply with the applicable laws in all countries to which they travel, in which they operate and where we otherwise do business, including laws prohibiting bribery,corruption or the conduct of business with specified individuals,companies or countries. The fact that in some countries certain laws are not enforced or that violation of those laws is not subject to public criticism will not be accepted as an excuse for noncompliance. In addition, we expect employees to comply with U.S. laws, rules and regulations governing the conduct of business by its citizens and corporations outside the U.S. These U.S. laws, rules and regulations, which extend to all our activities outside the • U.S.,include: • The Foreign Corrupt Practices Act, which prohibits directly or indirectly giving anything of value to a government official to obtain or retain business or favorable treatment, and requires the maintenance of accurate books of account, with all company transactions being properly recorded; • U.S. Embargoes, which restrict or, in some cases, prohibit companies, their subsidiaries and their employees from doing business with certain other countries identified on a list that changes periodically (including, for example. Angola (partial), Burma (partial), Cuba, Iran, North Korea, Sudan and Syria) or specific companies or individuals; • Export Controls, which restrict travel to designated countries or prohibit or restrict the export of goods, services and technology to designated countries, non-U.S. persons, denied persons or denied entities from the U.S., or the re-export of U.S. origin goods from the country of original destination to such designated countries, non-U.S.persons,denied persons or denied entities;and • Antiboycott Compliance, which prohibits U.S. companies from taking any action that has the effect of furthering or supporting a restrictive trade practice or boycott that is fostered or imposed by a foreign country against a country friendly to the U.S.or against any U.S.person. If you have a question as to whether an activity is restricted or prohibited, seek assistance from your supervisor or a member of the Legal department before taking any action, including giving any verbal assurances that might be regulated by international laws. 9. ANTITRUST Antitrust laws are designed to protect the competitive process. These laws are based on the premise that the public interest is best served by vigorous competition and will suffer from illegal agreements or collusion among competitors. Antitrust laws generally prohibit: 5 1-16 • - • eaCity of Miami Beach • Professional A&E Services on an."As-Needed-Basis". _ Group B-Environmental. • agreements, formal or informal, with competitors that harm competition or customers, including price fixing and allocations of customers, territories or contracts; • agreements, formal or informal, that establish or fix the price at which a customer may resell a product;and • the acquisition or maintenance of a monopoly or attempted monopoly through anti- competitive conduct. Certain kinds of information,such as pricing,production and inventory and,particularly with respect to federal government procurement,competitors'bid and proposal information and "source selection information,"should not be exchanged with competitors, regardless of how innocent or casual the exchange may be and regardless of the setting, whether business or social. We must conduct all interactions with competitors, including social activities,as if they were completely in the public view,because they may later be subject to probing examination and unfavorable interpretation. Antitrust laws impose severe penalties for certain types of violations,including criminal penalties and potential fines and damages of millions of dollars, which may be tripled under certain circumstances, We periodically provide antitrust compliance training for employees in sensitive positions. Understanding the requirements of antitrust and unfair competition laws of P the various jurisdictions where we do business can be difficult, and you are urged to seek assistance from your supervisor, the Legal department, or the Compliance Officer whenever you have a question relating to these laws. 10. CONFLICTS OF INTEREST We expect our employees to be free from influences that conflict with the best interests of URS,that might interfere in any way with the performance of their duties as employees or deprive URS of their undivided loyalty in connection with their employment or,with respect to directors, that may compromise their judgment or deprive URS of their undivided loyalty in connection with matters raised before the Board or a Committee or when otherwise acting on behalf of the Company. Such improper influences, referred to as "Conflicts of Interest," are prohibited unless specifically authorized as described below. Even the appearance of a Conflict of Interest can be damaging to the Company even where none actually exists, and should be avoided whenever possible. Whether or not a Conflict of Interest exists or will exist can be unclear. If you have any questions about a potential Conflict of Interest or if you become aware of an actual or potential Conflict of Interest,and you are not an executive officer or director of URS,you should discuss the matter with your supervisor or the Compliance Officer(as further described in Section 20). Supervisors may not authorize any Conflict of Interest matters or waive the prohibition on Conflicts of Interest noted above without first seeking the approval of the Compliance Officer and filing with the Compliance Officer a written description of the authorized activity. If the supervisor is involved in the potential or actual Conflict of Interest, you should discuss the matter directly with the Compliance Officer. 6 1-17 U ra City of Miami Beach • Professional A&E Services on an"As-Needed-Basis" Group B-Environmental The Audit Committee is responsible for addressing any actual or potential Conflicts of Interest that involve any executive officer or director pursuant to such procedures as it may establish from time to time, and only the Audit Committee may waive the prohibition noted above with respect to any actual Conflict of Interest found to involve an executive officer or director. Any waivers by the Audit Committee of the prohibition on Conflicts of Interest noted above involving any executive officer or director will be publicly disclosed as required by applicable laws and regulations. Factors that may be considered in evaluating a potential Conflict of Interest and whether or not the prohibition noted above on actual Conflicts of Interest should be waived include, among others: . whether it may interfere with the employee's job performance, responsibilities or morale; . whether the employee has access to confidential information; • whether it may interfere with the job performance, responsibilities or morale of others within the organization; . any potential adverse or beneficial impact on our business; • any potential adverse or beneficial impact on our relationships with our customers or suppliers or other service providers; • whether it would enhance or support a competitor's position; • the extent to which it would result in financial or other benefit(direct or indirect)to the employee, or involve an expectation of personal gain immediately or in the future,or result from a need to satisfy a prior or concurrent personal obligation; • the extent to which it would result in financial or other benefit(direct or indirect)to one of our customers,suppliers or other service providers;and . the extent to which it would appear improper to an outside observer. The following are examples of situations that may, depending on the facts and circumstances,involve Conflicts of Interest: • Employment by(including consulting for)or service on the board of a competitor, customer or supplier or other service provider. Activity that enhances or supports the position of a competitor to the detriment of URS is prohibited, including employment by or service on the board of a competitor while employed by URS. Employment by or service on the board of a customer or supplier or other service provider while employed by URS is generally discouraged and you must seek authorization in advance if you plan to take such action. 7 1-1 8 • Vns fla City of Miami Beach ,Professional A&E Services on an"As-Needed-Basis" Group B-Environmental • Owning,directly or indirectly, a significant financial interest in any entity that does business, seeks to do business or competes with us. In addition to the factors described above,persons evaluating ownership for Conflicts of Interest will consider the size and nature of the investment, the nature of the relationship between the other entity and URS, the employee's access to confidential information and the employee's ability to influence URS decisions. If you would like to acquire a financial interest of that kind,you must seek approval in advance. • Soliciting or accepting gifts, favors, loans or preferential treatment from any person or entity that does business or seeks to do business with us. See Section 14 for further discussion of the issues involved in this type of conflict. • Soliciting contributions to any charity or for any political candidate from any person or entity that does business or seeks to do business with us, except in compliance with all policies of URS relating to contributions and all applicable laws and regulations. • Taking personal advantage of corporate opportunities. See Section 11 for further discussion of the issues involved in this type of conflict. • Moonlighting without permission. • Conducting our•business transactions with your family member or a business in which you have a significant financial interest. • Exercising supervisory or other authority on behalf of URS over a co-worker who is • also a family member. The employee's supervisor and/or the Compliance Officer • will consult with the Human Resources department to assess the advisability of reassignment. • Loans to, or guarantees of obligations of, employees or their family members by URS are of special concern and could constitute an improper personal benefit to the recipients of these loans or guarantees, depending on the facts and circumstances. Some loans are expressly prohibited by law and others may require approval by our Board of Directors or one of its committees. 11. CORPORATE OPPORTUNITIES You may not take personal advantage of opportunities for URS that are presented to you or discovered by you as a result of your position with us or through your use of corporate property or information,unless authorized by your supervisor,the Compliance Officer or,in the case of executive officers and directors,the Audit Committee,as described in Section 10. Even opportunities that are acquired privately by you may be questionable if they are related to our existing or proposed lines of business. Significant participation in an investment or outside business opportunity that is directly related to our lines of business must be pre-approved. You S • 1-19 URS • CI City of Miami Beach ' Professional A&E Services on an"As-Needed-Basis" • • Group B-Environmental' • cannot use your position with us or corporate property or information for improper personal gain,nor can you compete with us in any way. 12. MAINTENANCE OF CORPORATE BOOKS, RECORDS, DOCUMENTS AND ACCOUNTS; FINANCIAL INTEGRITY;PUBLIC REPORTING The integrity of our records and public disclosure depends on the validity,accuracy and completeness of the information supporting the entries to our books of account. Therefore, our corporate and business records should be completed accurately and honestly. The making of • false or misleading entries, whether they relate to financial results or test results, is strictly prohibited. Our records serve as a basis for managing our business and are important in meeting our obligations to customers,suppliers,creditors,employees and others with whom we do business. As a result, it is important that our books, records and accounts accurately and fairly reflect, in reasonable detail,our assets,liabilities,revenues,costs and expenses,as well as all transactions and changes in assets and liabilities. We require that: • no entry be made in our books and records that intentionally hides or disguises the nature of any transaction or of any of our liabilities,or misclassifies any transactions as to accounts or accounting periods; . transactions be supported by appropriate documentation; • • the terms of sales and other commercial transactions be reflected accurately in the documentation for those transactions and all such documentation be reflected accurately in our books and records; • employees comply with our system of internal controls; • no cash or other assets be maintained for any purpose in any unrecorded or"off-the- books"fund;and • each employee working on a government contract understands and follows all government accounting requirements which may apply to the employee's area of responsibility,the reporting of labor costs and proper charging of time worked. We cannot make any charge for labor, supplies, or other expenses to any account or client except to the activity for which the charge is properly allocable. Any cost incurred on behalf of a department, work order,or contract must be charged to the department,work order, or contract irrespective of whether it is billable to the client. Our accounting records are also relied upon to produce reports for our management, stockholders and creditors, as well as for governmental agencies. In particular, we rely upon our accounting and other business and corporate records in preparing the periodic and current reports that we file with the SEC. Securities laws require that these reports provide full, fair, accurate, timely and understandable disclosure and fairly present our financial condition and results of operations. Employees who collect, provide or analyze information for or otherwise 9 . 1.-20 . URS riaCity. of Miami Beach Professional A&E Services on an"As-Needed-Basis" • Group B-Environmental contribute in any way in preparing or verifying these reports should strive to ensure that our financial disclosure is accurate and transparent and that our reports contain all of the information about URS that would be important to enable stockholders and potential investors to assess the soundness and risks of our business and finances and the quality and integrity of our accounting and disclosures. In addition: • no employee may take or authorize any action that would cause our financial records or financial disclosure to fail to comply with generally accepted accounting principles,the rules and regulations of the SEC or other applicable laws, rules and regulations; • all employees must cooperate fully with our Accounting and Internal Auditing departments,as well as our independent public accountants and counsel,respond to their questions with candor and provide them with complete and accurate information to help ensure that our books and records, as well as our reports filed with the SEC,are accurate and complete; • if you are requested to provide,review or certify information in connection with our disclosure controls and procedures, you must provide the requested information or otherwise respond in a full, accurate and timely manner. Moreover; even in the absence of a specific request,you should report any significant information that you believe should be considered for disclosure in our reports to the SEC;and • no employee should knowingly make (or cause or encourage any other person to make)any false or misleading statement in any of our reports filed with the SEC or knowingly omit (or cause or encourage any other person to omit) any information necessary to make the disclosure in any of our reports accurate in all material respects. Any employee who becomes aware of any departure from these standards has a responsibility to report his or her knowledge promptly to a supervisor,the Compliance Officer or one of the other compliance resources described in Section 20. 13. FAIR DEALING We strive to outperform our competition fairly and honestly. Advantages over our competitors are to be obtained through superior performance of our products and services,not through unethical or illegal business practices. Acquiring proprietary information from others through improper means, possessing trade secret information that was improperly obtained, or inducing improper disclosure of confidential information from past or present employees of other companies is prohibited, even if motivated by an intention to advance our interests. If information is obtained by mistake,that may constitute a trade secret or other confidential information of another business, or if you have any questions about the legality of proposed information gathering, you must consult your supervisor or the Compliance Officer,as further described in Section 20. 10 1-21 MIS • • , ein, City of Miami Beach Professional A&E-Services on an."As-Needed-Basis" • Group B-Environmental You are expected to deal fairly with our customers, suppliers, employees and anyone else with whom you have contact in the course of performing your job. Be aware that the Federal Trade Commission Act provides that`unfair methods of competition in commerce,and unfair or deceptive acts or practices in commerce, are declared unlawful." It is a violation of the Act to engage in deceptive, unfair or unethical practices, and to make misrepresentations in connection with sales activities. Employees involved in procurement have a special responsibility to adhere to principles of fair competition in the purchase of products and services by selecting suppliers based exclusively on normal commercial considerations,such as quality,cost,availability,service and reputation,and not on the receipt of special favors. 14. GIFTS AND ENTERTAINMENT Neither employees nor their family members may offer, provide or accept any gift or entertainment unless approved in advance by the employee's supervising manager and not(a)a gift of greater than S50USD in value, (b) a cash gift, (c) consisting of travel or lodging, (d) susceptible of being construed as a bribe or kickback or(e)in violation of any laws. Any gift that could create an obligation to the donor or recipient,or influence the business relationship with the donor or recipient,should not be offered,provided or accepted. These principles apply to our transactions everywhere in the world, even where the practice is widely considered "a way of doing business." Employees should not accept gifts or entertainment that may reasonably be deemed to affect their judgment or actions in the performance of their duties.Our customers, suppliers and the public at large should know that our employees'judgment is not for sale. Inexpensive items with a firm's logo and other generally distributed marketing items of nominal value are acceptable gifts. Flowers or boxes of candy are acceptable, as are holiday gifts,so long as they do not exceed$50USD in value. Occasional meals or entertainment with a normal business purpose (other than with government personnel) are acceptable provided expenses are approved in advance by the employee's supervising manager. Any such meals or other entertainment in excess of$100 • USD per person must also be approved in advance by the Business President. Employees must exercise prudent judgment and consider any applicable rules or contract requirements. Business entertainment may not in any case consist of travel or lodging. Offering or giving any form of entertainment or gift to a U.S., state, local government employee or member of the armed forces is generally forbidden. Federal Acquisition Regulation (FAR) 3.101-2 states "As a rule, no Government employee may solicit or accept, directly or indirectly, any gratuity, gift, favor, entertainment, loan, or anything of monetary value from anyone who (a) has or is seeking to obtain Government business with the . employee's agency, (b)conducts activities that are regulated by the employee's agency,(c)has interests that may be substantially affected by the performance or nonperformance of the employee's official duties. Certain limited exceptions are authorized in agency regulations." Any gift to or entertaitunent of government officials or employees must be in strict compliance with applicable laws and must be approved in advance by the Compliance Officer. 11 1-22 UR.S erlCity of Miami.Beach Professional AlkEr Services on an"As-Needed-Basis" . Group;B Environmental • • Federal laws forbid offering, soliciting, or accepting any kickback, or including the amount of any kickback in a government or other contract. A kickback is any money, fee, commission, credit, gift, gratuity, item of value, or compensation of any kind that is provided for the purpose of improperly obtaining or rewarding favorable treatment in connection with a contract. Accepting a kickback from any employee, vendor, or subcontractor is grounds.for immediate discharge and may result in criminal prosecution. Under some statutes, such as the U.S. Foreign Corrupt Practices Act(further described in Section 8), giving anything of value to a government official to obtain or retain business or favorable treatment is a criminal act subject to prosecution and conviction. Discuss with your supervisor or the Compliance Officer any proposed entertainment or gifts if you are uncertain about their appropriateness. If, for any reason, you intend to provide any gift to a government official or employee, it must be in strict compliance with applicable laws, and you must first obtain approval from the Compliance Officer. 15. POLITICAL CONTRIBUTIONS An important part of URS' business involves contracting with various federal,state,and local government entities. As such,to avoid even the appearance of impropriety,the Company does not make contributions, either in cash or in kind, to candidates for political office, to political parties,or to political action committees. Nor will the Company reimburse employees • for contributions_made by employees individually. 16. PROTECTION AND PROPER USE OF COMPANY ASSETS All employees are expected to protect our assets and ensure their efficient use. Theft, carelessness and waste have a direct impact on our profitability. Our property, such as office supplies, computer equipment and software, records, customer information, manpower, URS names and trademarks,physical plants and products,are expected to be used only for legitimate business purposes,although incidental personal use may be permitted. You may not,however, use our corporate name,any brand name or trademark owned or associated with URS or any of its subsidiaries or any letterhead stationery for any personal purpose. Employees should be mindful of the fact that we retain the right to access, review, monitor and disclose any information transmitted, received or stored using our electronic equipment,with or without an employee's or third party's knowledge, consent or approval and in accordance with applicable law, and employees should have no expectation of privacy in connection with this equipment. Any misuse or suspected misuse of our assets must be immediately reported to your supervisor or the Compliance Officer. 17. CONFIDENTIALITY One of our most important assets is our confidential information. Employees who have received or have access to confidential information should take care to keep this information • confidential. Confidential information may include business, marketing and service plans, financial information, engineering and manufacturing ideas, designs, databases, configuration 12 • 1-23 URS . - • • .a City of Miami Beach • Professional A&E Services on an"As-Needed-Basis" • Group B-Environmental' • . • of our computer systems,customer lists,pricing strategies,marketing materials,personnel data, personally identifiable information pertaining to our employees (e.g., salary, bonus or performance-appraisal data), customers or other individuals (e.g., names, addresses, telephone numbers and social security numbers), and similar types of information provided to us by our customers, suppliers and partners. This information may be protected by patent, trademark, copyright and trade secret laws. In addition,because we interact with other companies and organizations,there may be times when you learn confidential information about other companies before that information has been made available to the public. You must treat this information in the same manner as you are required to treat our confidential and proprietary information. There may even be times when you must treat as confidential the fact that we have an interest in, or are involved with, another company. You are expected to keep confidential all proprietary and non-public information unless and until that information is released to the public through approved channels (usually through a press release, an SEC filing or a formal communication from a member of senior management, as further described in Section 18). Every employee has a duty to refrain from disclosing to any person confidential or proprietary information about us or any other company learned in the course of employment here, until that information is disclosed to the public through approved channels. This policy requires you to refrain from discussing confidential or proprietary information with outsiders and even with other URS employees,unless those fellow employees have a legitimate need to know the information in order to perform their job duties. If you leave URS, you must safeguard and return confidential information in your possession. Unauthorized use or distribution of this information could also be illegal and result in civil liability and/or criminal penalties. You should also take care not to inadvertently disclose confidential information. Materials that contain confidential information,such as memos,notebooks,computer disks and laptop computers should be stored securely. To that end,any computer or voicemail passwords should be carefully protected. If you have reason to believe that your password or the security of a URS technological resource has been compromised, you must change your password immediately and report the incident to your supervisor and the applicable system administrator. Unauthorized. posting or discussion of any information concerning our business, information or prospects on the Internet is prohibited. You may not discuss our business, information or prospects in any"chat room" or on any "blog," regardless of whether you use your own name or a pseudonym. Be cautious when discussing sensitive information in public places like elevators, airports, restaurants and "quasi-public" areas within URS, such as cafeterias. All URS emails, voicemails and other communications are presumed confidential and should not be forwarded or otherwise disseminated outside of URS,except where required for legitimate business purposes. Additionally, you must not include sensitive or confidential information in any messages that are widely distributed or sent outside of URS unless you use URS-approved security techniques. 13 • 1-24 us irjaCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental • When working with the government, you must comply with government and URS security requirements and are obligated to prevent and report unauthorized access or dissemination of classified and sensitive unclassified material or information. In addition to the above responsibilities, if you are handling information protected by any privacy policy published by us,then you must handle that information solely in accordance with the applicable policy. Where it is determined that searches and inspections are required in the interest of protecting URS' assets,employee health and safety,national security or the furtherance of this Code, URS' managers and employees assigned to security duties are authorized to inspect and search at any time all items and areas controlled by URS. 18. MEDIA/PUBLIC DISCUSSIONS It is our policy to disclose material information concerning URS to the public only through specific limited channels to avoid inappropriate publicity and to ensure that all those with an interest in the company will have equal access to information. All inquiries or calls from our stockholders,financial analysts or the press should be referred to the Vice President of • Investor Relations or the Vice President of Corporate Communications.. We have designated our Vice President of Investor Relations as our official spokesperson for financial matters. We have designated the Vice President of Corporate Communications as our official spokesperson for marketing, technical and other related information. Unless a specific exception has been made by the Chief Executive Officer or Chief Financial Officer, these designees are the only people who may communicate with our stockholders,the investment community or the press on behalf of URS. 19. WAIVERS Any waiver of this Code for executive officers(including,where required by applicable • laws, our principal executive officer,principal financial officer,principal accounting officer or controller(or persons performing similar functions))or directors may be authorized only by our Board of Directors or a committee of the Board, and will be disclosed to stockholders as required by applicable laws,rules and regulations. • 20. COMPLIANCE STANDARDS AND PROCEDURES Compliance Resources To facilitate compliance with this Code, we have implemented a program of Code awareness, training and review. We have established the position of Compliance Officer to oversee this program. The Compliance Officer is a person to whom you can address any questions or concerns. We have designated the Vice President and General Counsel as our Compliance Officer, who can be reached as follows: 600 Montgomery Street, 25th Floor, San Francisco, California 94111; (phone) 415-774-2700; (fax) 415-834-1506. In addition to fielding questions or concerns with respect to potential violations of this Code,the Compliance Officer is responsible for: 14 • • 1-25 • CI City of Miami Beach • Professional A&E,Services on an"As-Needed-Basis" Group B-Environmental • • • • investigating possible violations of the Code; • overseeing the training of new employees in Code policies; • overseeing the conduct of periodic training sessions to refresh employees' familiarity with the Code; • distributing copies of the Code annually to each employee with a reminder that each employee is responsible for reading,understanding and complying with the Code; • updating the Code as needed and alerting employees to any updates, with appropriate approval of the Audit Committee of the Board of Directors, to reflect changes in the law, URS operations and in recognized best practices, and to reflect URS experience;and • otherwise promoting an atmosphere of responsible and ethical conduct. Your most immediate resource for any matter related to the Code is your supervisor. He or she may have the information you need, or may be able to refer the question to another appropriate source. There may, however, be times when you prefer not to go to your supervisor. In these instances, you should feel free to discuss your concern with the Compliance Officer. • The URS Ethics Hotline, a toll-free help line at 1-866-462-4224, is also available to those who wish to ask questions about URS policy, seek guidance on specific situations or report violations of the Code. You may call the toll-free number anonymously if you prefer, although the Compliance Officer will be unable to obtain follow-up details from you that may be necessary to investigate the matter. Whether you identify yourself or remain anonymous, your telephone contact with the URS Ethics Hotline will be kept strictly confidential to the extent reasonably possible within the objectives of the Code. Clarifying Questions and Concerns;Reporting Possible Violations If you encounter a situation or are considering a course of action and its appropriateness is unclear, discuss the matter promptly with your supervisor or the Compliance Officer. Even the appearance of impropriety can be very damaging and should be avoided. If you are aware of a suspected or actual violation of Code standards by others, you have a responsibility to report it. You are expected to promptly provide a compliance resource with a specific description of the violation that you believe has occurred, including any information you have about the persons involved and.the time of the violation. Whether you choose to speak with your supervisor or the Compliance Officer,you should do so without fear of any form of retaliation. We will take prompt disciplinary action against any employee who retaliates against you,up to and including termination of employiment. 15 • 1-26 RS nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Supervisors must promptly report any complaints or observations of Code violations to the Compliance Officer. If you believe your supervisor has not taken appropriate action, you should contact the Compliance Officer directly. The Compliance Officer will investigate all reported possible Code violations promptly and with the highest degree of confidentiality that is possible under the specific circumstances. Neither you nor your supervisor may conduct any preliminary investigation, unless authorized to do so by the Compliance Officer. Your cooperation in the investigation will be expected. As needed, the Compliance Officer will consult with the Human Resources department and!or the Audit Committee of the Board of Directors. We will strive to employ a fair process by which to determine violations of the Code. If the investigation indicates that a violation of the Code has probably occurred,we will take such action as we believe to be appropriate under the circumstances. If we determine that an employee is responsible for a Code violation,he or she will be subject to disciplinary action up to, and including, termination of employment and, in appropriate cases, civil action or referral for criminal prosecution. Appropriate action may also be taken to deter any future Code violations. We are responsible for cooperating fully with investigations and audits, and answering questions truthfully and to the best of our ability. When an investigation or audit reveals the need to take corrective measures, we are obligated to cooperate in implementing changes in systems,practices,or procedures to avoid future ethics or compliance issues. 21. CONCLUSION URS' good name and reputation depend, to a very large extent, upon all of our employees taking personal responsibility for maintaining and adhering to the policies and guidelines set forth in the Code. Your business conduct on behalf of the Company must be guided by the ethical principles set forth in the Code. 16 1-27 IMS City of Miami Beach • Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Section 1.3: Minimum Qualification Requirements Overview of Firm including required Capabilities and Expertise URS Corporation Southern (URS) is a multidisciplinary engineering, environmental and construction services firm with the capabilities and experience necessary to perform virtually any environmental project. Our expertise includes environmental site assessments, permitting assistance, regulatory compliance, remedial design, program and construction management, and other environmental cleanup activities related to the identification, characterization and remediation of hazardous waste sites. Our local staff of engineers and environmental scientists has been providing these services to Miami-Dade County and many local municipalities for over 25 consecutive years. Environmental and Coastal projects have been part of the engineering practice of URS since 1964. We have a long history of providing coastal engineering and environmental services in Florida to a broad range of public sector clients including US Department of Commerce, National Oceanographic and Atmospheric Administration (NOAA), National Park Service (NPS), National Marine Fisheries (NMFS), US Fish and Wildlife Service (USFWS), Federal Emergency Management Agency (FEMA), The Naval Facilities Command Southern Division (NAVFAC), The US Army Corps of Engineers (USACE), The Florida Department of Environmental Protection (DEP), The South Florida Water Management District (SFWMD), The City of Fort Lauderdale as well as numerous private clients in Florida and throughout the Caribbean. Our Florida coastal projects have ranged from boat ramps, floating docks, fishing piers; to marinas; emergency beach fills and sustainable coastal planning; to instrumented navigation buoys; large-scale coastal ecosystem restoration projects and development of a state- wide Habitat Conservation Plan (HCP) to address concerns regarding protected coastal species as a result of permitted activities in the coastal zone. As an industry leading environmental consultant, we pride ourselves in taking on challenging assignments and resolving critical environmental issues. As a single-source provider for nearly every environmental discipline, URS is able to bring unmatched expertise and innovation to every project. We have established a tradition of innovation and dependability in our assignments by providing individualized services and responding to the special requirements on each and every project. With this philosophy, we have successfully solved challenges across the full range of environmental projects including: • Environmental Site Assessments • Health &Safety Planning • Air&Water Quality Testing and Monitoring • Emergency Response • Environmental Sustainability Planning • Environmental Permitting(Terrestrial and Services Coastal) • Source Removal Plans and Execution • Flora and Fauna Surveys/Assessments • Remedial Action Plans • Protected Species Conservation • Remedial System Design and Installation • Wetland and Upland Habitat • Risk Based Corrective Action Assessments/Mitigation • Conditional Site Closures/Restrictive • Marine Benthic Assessments/Coral Covenants Relocations • Above/Underground Storage Tank • Dune Restorations Removal/Closure • Dredging • Asbestos/Lead/Mold Surveys&Abatement • Regulatory Compliance • Methane Gas Assessment&Abatement • Reasonable Assurance Reports • Monitoring, Operations & Maintenance 1-28 ��� URS nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Demonstrated Capabilities and Experience The following section provides a brief overview of our Team's experience providing environmental services to clients throughout Southern Florida. As demonstrated throughout this section, our extensive resources and experience provide a significant value to our clients locally. Our broad based in-house expertise will provide the City an on-call consultant capable of solving almost any environmental challenge. General Environmental and Contamination Assessment Over the past several years, URS has been assisting the City of Coral Gables with a variety of environmental services through our on-call contract. Our high level of performance has led to URS being selected by the City for a second continuous term. Our Team takes tremendous pride in improving the local communities where we work, live and play. URS assisted the City with the assessment and cleanup of contamination associated with a former underground storage tank location at the County Club of Coral Gables. Our Team installed monitoring wells and collected soil samples for analysis of petroleum constituents to provide delineation of contaminated soil and groundwater. URS conducted interim source removal activities at the site including the excavation and removal of contaminated soils, removal of free-floating product from the excavation, confirmatory soil sampling and analysis, and restoration of the excavated area with clean fill. Furthermore, URS supported the City with preparation of bid documents and specifications for additional source removal of petroleum contaminated soils remaining on-site. URS assisted with pre-bid and contractor selection process and provided oversight of the source removal activities. Upon conclusion of the source removal, URS submitted a Source Removal Report to the Miami-Dade Department of Environmental Resource Management (DERM) followed by one year of groundwater monitoring. URS is currently working with the City to obtain No Further Action with Conditions consisting of a Restrictive Covenant and Engineering Control, thereby providing a cost effective solution for leaving remaining contaminated soils in place that were not possible to remove due to on-site structures. At the Biltmore Golf Course Maintenance facility, URS conducted an Arsenic Investigation, as required by DERM, where URS conducted soil sampling of the • facility and adjacent "playable areas" to obtain the horizontal and vertical - delineation of arsenic impacted soils. Furthermore, URS conducted groundwater sampling to evaluate concentrations of arsenic in groundwater and delineate the plume. Finally, our Team prepared and submitted a comprehensive Site Assessment Report to DERM. Based on the results of the arsenic site investigation at the r- Maintenance facility, URS recommended source removal of the . . - - top two feet of arsenic contaminated soils in the "playable .:. 1".r ,' ., -fr area." URS recommended an engineering control (in the form of _ � r �, ip _- asphalt pavement) to be placed in arsenic impacted areas in the maintenance area. Our Team assisted the City with preparation of bid documents and specifications for the source removal. Furthermore, our Team oversaw the source removal activities by the selected contractor and prepared a Source Removal Report that was subsequently approved by DERM. "'' 1-29 US nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental To assist the City in avoiding future arsenic impacts, URS conducted a Compliance Audit of the Maintenance facility to review current operating and maintenance practices with respect to the management, application and use of fertilizers, herbicides and pesticides to provide recommendations for corrective action and implementation of best management practices. As a result of the Golf Course Compliance Audit completed by URS, our Team $ A reported to the City that various wastes could pose a material threat to the lir' I. environment and human health was identified at the former Biltmore Boathouse. 1 iiii ' :If , it o. The waste material inside the boathouse included abandoned fertilizers and �R , herbicides, pesticides, cured cement, various abandoned metal piping and pump sa parts, and various yard and construction and demolition (C&D) material. URS =-' oversaw the removal and disposal of the waste materials from the boathouse, removal of the water tank,and abandonment of the irrigation wells. In 2008, URS performed a Saltwater Intrusion Investigation at the Granada Golf Course, in Coral Gables. In order to do so, URS installed a 100-ft. monitoring well and performed an initial saltwater intrusion ,: .-" investigation by sampling at 10 ft. intervals: 100 ft., 90 ft., 80 ft., 70 ft., 60 ,/. `r 1 -'... _ , �` A ft., and 50 ft., as required by their permit issued by the South Florida !---..7,, ' . .'!* Water Management District. Additionally, URS prepared a SALT p:-� � :_-,:0.1 ectz. -'''''j Monitoring Plan which was also approved by the SFWMD. For the next _- "- "-- ----- immw: two years, URS conducted monthly sampling of the 100-ft. monitoring well. Data collected demonstrated that the chloride concentrations did not exhibit increasing trends; and therefore, URS requested to SFWMD a modification to the frequency of collection from monthly to quarterly, which was subsequently approved. In order to further reduce costs to the City, URS trained Coral Gables personnel to sample the saltwater monitoring well. URS also trained the personnel to use chloride test strips to obtain field readings rather than an analysis performed by a fixed laboratory. URS has also provided extensive environmental services for the City of Coral Gables at the former Incinerator Stack location at their maintenance facility. In addition to our Team providing demolition of the incinerator stack, we performed the following 4 related projects: ;''''s; From 2008 to 2010, our Team prepared a Site Assessment.--Qr.b.,_ i Report(SAR)for the Coral Gables Incinerator. This included -� soil and groundwater sampling of the former incinerator !. - -.- stack location. URS installed monitoring wells and collected ' soil sampling for analysis of dioxins, metals and PAHs (EPA � > Method 8270). Soil contamination above Residential Soil Cleanup Target Levels was .: _ f .. -. found. An engineering control, consisting of leaving the contaminated soils in place, was proposed to DERM. DERM concurred that an engineering control would be an appropriate method for addressing the contaminated soils. This resulted in potential savings to the City in the hundreds of thousands of dollars as compared to hauling the soils off-site for disposal. As another example of innovative thinking, from 2008 to 2009 URS provided management of the refuse soil pit at the Coral Gables Incinerator Stack. Our Team provided monthly inspection and soil pile covering of contaminated soil resulting from the demolition project. Rather than paying to dispose of the soil, URS 1-30 URS nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental I recommended providing a temporary engineering control (fencing around the piles to provide limited access) until the soils could be incorporated into whatever future plan of action was deemed appropriate for the overall incinerator site. Additionally, URS performed assessment of groundwater and soil related to the removal of an oil/water separator (by another consultant) located on the incinerator stack parcel. Our Team sampled monitoring wells, collected soil samples for analysis and performed source removal of petroleum contaminants in groundwater from one monitoring well by over-pumping. Field activities and the source removal were documented in an Oil/Water Separator Closure Addendum Report, which was approved by DERM for "no further action." Similar to the City of Coral Gables, URS has provided on-call environmental services to the City of Miami for multiple terms. Examples of assignments performed for the City include the following. ~ :. % In 2013 and 2014, URS performed City-Wide Outfall Monitoring for the -, ,',, City of Miami in support of their National Pollutant Discharge Elimination ' • -7-- System t NPDES) p ermit. For this project, URS collected water quality and - sediment samples from 29 locations throughout the City from manholes, 1 outfalls and tributaries for laboratory analysis regarding numerous >r : parameters. Two rounds of sampling were conducted after major rain ` I, events while there was still "measureable flow" within the structures. URS obtained GPS Trimble readings (sub meter accuracy) for each sample ,, location to input in GIS.The final report to the City included GIS shape files for each sample location and an overall map showing all sample points with data attached to each sampling location. Additionally, URS completed an Environmental Assessment of Douglas Park, which was recently discovered to be the location of an old landfill where solid waste debris from the , 1 .„,--1. City's incinerator was disposed of until the late 1950's. Our ,"hr.- scope of work included the delineation of the vertical and . .I gr-t• =— I► - horizontal extent of the solid waste under the park as well as I _ �`� �`,,'. identifying the contaminants of concern which are a public a.y- health and safety threat. The results of the test pit and soil boring data collected indicate evidence of trash, half burnt or decomposed tires, construction and demolition debris, - A and unrecognizable burnt materials. As a result of the 4 :.. findings, URS will be working with the City to develop a Risk- , �= Based Corrective Action Plan in order to open the Park as quickly as possible and potentially in phases. In 2014, URS performed a pre-demolition asbestos survey for the City of Miami of their pavilion structures at Fern Isle Park. URS collected samples from roof shingles of the pavilions to identify asbestos-containing materials prior to scheduled ., '.y T demolition. The inspection and sampling was performed by a URS AHERA certified ,,,r: y , Asbestos Building Inspector while the abatement was performed by Florida Licensed Asbestos Contractor. 1 aCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental In addition to providing on-call environmental services to various cities throughout Miami-Dade, URS also has considerable experience supporting Miami-Dade DERM directly. For over 25 consecutive years, our Team has provided environmental clean-up and compliance services to almost every Department of the County. Our strong working relationship with County staff, as well as the experienced gained supporting them on a variety of assignments, provides a tremendous value to the clients we serve. :'f i In 2013,groundwater sampling and a Phase I Environmental Site Assessment 4 ,,„,,!,,,:�I of the Richmond Heights former dry cleaner was performed for Miami-Dade � Internal Services Department (ISD) who was interested in purchasing this 1 � 1 .11` , property from a neighboring church. The Phase I consisted of an on-site -- � P, , --- property inspection for the purpose of identifying potential areas of adverse — -` ' ' environmental impact to the soils and groundwater, regulatory records _44 , ' • review and final report documenting the findings. Additionally, two on-site I.-,-- . ' monitoring wells were sampled. Based on the results of the Phase I and ,, minimin groundwater sampling, DERM concurred with URS' final report • recommendation that no further action was required for this facility. For the Miami-Dade Aviation Department (MDAD), URS provided source removal oversight services in two phases to accommodate other ongoing .._ , ,:t_, construction activities at Concourse C at Miami International Airport -,- (MIA). During Phase 1, the URS Team provided source removal oversight !"-"a"° """" "`- of the excavation of over 8,200 tons of petroleum saturated soil and •6------s! -"" 1 48,565 gallons of free product and petroleum contact water. During the . _ -., '.._ excavation, soil was separated and stockpiled separately under the direction of URS. Overburden soils were removed from 0-4' below land '. r A surface and were stockpiled for re-use. Non-saturated suspect soils , ' _. 'p 6 4 excavated from 4' to the water table were sampled and disposed off-site as contaminated. Petroleum saturated soils were excavated from the water table to 2' below the water table. They were also disposed off-site as contaminated, but were handled and disposed separate from the non- saturated soils due to contract funding. Upon completion of Phase 1, a Source Removal Report was submitted by URS to DERM documenting the activities and amounts of each waste stream disposed. Two years later, URS provided source removal oversight services for Phase 2. During Phase 2, over 12,000 tons of petroleum saturated soil and 35,530 gallons of free product and petroleum contact water were removed. Upon completion of Phase 2, a Source Removal Report was submitted by URS to DERM. Follow-up work performed by URS for this project consisted of sampling and characterization of non-saturated soils which originated from this project and are currently stockpiled at MIA Soil Staging Area located at the West End Cargo Area at MIA. URS initially began working on the West End Cargo Area (WECA) Pond ,i ,":;:l. area for MDAD in 2005 and we continue to provide support today. Over . "• the years, URS has provided assessment and delineation of hazardous - muck soils and groundwater contamination resulting from historical 7.- 1 - dumping in a former canal located at Miami International Airport. URS -. .} ?. provided soil and groundwater assessment and identification of the limits -',..',.:7,k, of muck soils from the former canal. We prepared a Source Removal ,, ay; Plan / Remedial Action Plan addressing the removal of hazardous soils 1-32 U elCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental and providing groundwater treatment for mixed chlorinated solvent/ petroleum contamination. Furthermore, our construction managers provided oversight of soil excavation, free floating product removal and open hole treatment (air sparging) of contaminated groundwater. Upon completion of source removal, the team prepared and submitted a Source Removal Report to DERM. As part of this major remediation project, a total of 195 truckloads (4,290 tons) of non-hazardous contaminated soil, 138 containers (2760 cubic yards) of hazardous contaminated soil, and 45,000 gallons of petroleum contact water and free product were removed, and transported off-site for disposal at an out-of-state RCRA regulated facility by a MDAD contractor under the oversight of URS. In-situ groundwater treatment was conducted by open pit air sparging during three (3) 8- hour events. Representative confirmation water samples were collected after each sparging event. Based on the analytical results, removal of approximately 99% of the baseline vinyl chloride and 85% of benzene was completed at the end of the sparging process. Recently, URS installed additional monitoring wells to assess the remnant groundwater contamination and recommend a closure strategy to DERM. ii, URS provided assessment and delineation of contaminated soils and �- ~- " R groundwater at the Opa-Locka General Aviation Site 1 which resulted in the ........7 _ submittal of a Site Assessment Report Addendum to DERM. Based on the results -'' of the report, an interim soil source removal of contaminated soils was v -- performed including the excavation and removal of impacted soil, confirmatory lilsoil sampling and analysis, and restoration of the excavated area with clean fill and sod. Due to numerous buried utilities in the footprint of the excavation, ", hand digging was required in most of the area to avoid damage to underground structures. An approximate 450 square foot area was excavated to a depth of 4.5 feet; approximately 67 tons of soil were removed, transported off-site and disposed. Confirmatory samples did not indicate any exceedances of the contaminants of concern. URS prepared a report documenting the source removal activities and confirmation sampling results and submitted it to DERM with a request for No Further Action without Conditions,which DERM approved. Miami-Dade County's Ives Estates Park is being redeveloped by the Parks, Recreation and Open Spaces Department (PROS) on top of the previous Ojus Landfill, a > former unlined municipal solid waste landfill that was used '. �- by the City of Miami Beach until the 70's. Since 2006, URS .4 `, --°� -w .. :. 4. .` _ 4 has been assisting DERM and PROS with the full line of . -*- environmental services necessary to redevelop the former -- y -„_,--�.. landfill into a safe local community park. As a preliminary 4 4.E 1-, •l*tv - :, �_� {f ' step, URS provided methane gas assessments in the areas of the former landfill which were planned for future T. !' redevelopment. URS then provided design, construction, °� • - - operations and maintenance of a landfill gas mitigation system for the Youth Complex which was constructed in 2008. Currently, operations & maintenance, monitoring and emergency response services are ongoing as the facility was equipped with sensors which trigger auto dialer alarms when high levels of methane gas are present. Comprehensive groundwater monitoring services were provided for the entire former landfill site. Ongoing since 2008, the monitoring includes on-site and off-site wells where ammonia impacts have been found. A pilot test for ammonia treatment of groundwater impacts present near the northeast corner of the nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental landfill property p rovid ed valuable data for the final r emedy based on life- cycle analysis of three alternatives that were found to be technically feasible. Currently, quarterly monitoring of a cluster well installed as part of the pilot test is ongoing, to determine if active treatment of groundwater is needed. . For PROS, URS provided field inspection services to locate and ' . r- ' determine the integrity of 22 existing monitoring wells located ., �. ti- throughout the Chapman Field Park; many of which were located within -'s4 '`; - %-,,,,, dense vegetation where access was limited. A URS biologist attended the ' --_,,, s�,, field •inspection to identify protected plant species that could not be 4: j �` ,, k removed or trimmed in order to provide truck and drilling access to :.� ` .- l ' #`.5 p g < --1-'a ` '' - existing and proposed monitoring well locations. URS provided DERM .. - '. 4-, with a report including recommendations for well replacement or repair, .;,.. - #` - ,. i t in additional to a sampling plan. Subsequently, after repair and I installation of monitoring wells, URS completed a groundwater assessment at this highly ecologically sensitive park. Based on the results of the assessment, an ammonia background study was conducted which included the installation and sampling of 10 monitoring wells geographically close, but not in areas impacted by the site. URS then recommended and implemented quarterly groundwater monitoring, which in the last couple of years, was reduced to annual monitoring. URS continues to provide annual monitoring and reporting services on this project. -- URS conducted a Limited Assessment in support of a Site Rehabilitation Completion Order (SRCO) Rescission Request for the Distribution Yard for the - I Miami-Dade County Water and Sewer Department (WASD). Free floating T . n.' 4 ; t Alp • ..:.. product (FFP) was discovered by WASD in an excavation dug while installing - _ -w- footers for a canopy constructed in front of a garage bay door at the site. It was suspected that the FFP was associated with a prior discharge since the FFP was --.... p p g ,..a found approximately 10 feet from the former underground diesel tanks. The limited assessment consisted of the installation and sampling of one soil boing and one monitoring well adjacent to the former canopy footer excavation and the preparation and submittal of SRCO Request report. The Florida Department of Environmental Protection subsequently ordered that the SRCO issued in 1993 be rescinded. TI Since 2012, URS has performed site assessment and monitoring . at the South District Wastewater Treatment Plant (SDWWTP) - for the Miami-Dade Water and Sewer Department. Free-floating e _# T product was observed within an excavation during dewatering A activities for the installation of a 72-inch pipeline at the SDWWTP '' perform 2011. URS was tasked to erform a site assessment within the affected area which included the installation of several soil onmit - borings and groundwater monitoring wells. Soil boring and groundwater samples were collected and analyzed within the affected area as well as soil samples from the perimeter of the - SDWWTP's property. The samples indicated elevated background levels of arsenic in the soil. The results were submitted in site assessment reports and addenda to DERM. Additional soil sampling and analysis is currently ongoing in the area per DERM's requirements, as well as a one-year monitoring only plan for the five groundwater monitoring wells within the project area. 1 34 URS City of Miami Beach Professional A&E Services on an''As-Needed-Basis" Group B-Environmental From June 2013 until March 2014, URS provided services to the Miami-Dade Public .4 Works and Waste Management (PWWM) Department at the North Dade Landfill, _ : Ill ',.-,-- ' conducting a site assessment including the installation and sampling of soil borings and monitoring wells to investigate the extent of potential impacts from ti '._ ii.t e., ' possible fuel leaks from the on-site above ground storage tanks (AST). The results of the investigation indicated that soil and groundwater samples were below the regulatory criteria. A Site Assessment Report summarizing the field activities and results of sampling was submitted to DERM for approval. In the report URS . recommended No Further Action (NFA). Subsequent to DERM's approval of URS' ,; , ; NFA proposal and as requested by DERM, URS provided proper abandonment of the site assessment monitoring wells. Environmental and Coastal Permitting For the past 5 years, URS has been providing the US Department of Commerce, National Oceanographic and Atmospheric Administration (NOAA) with engineering and environmental support for miscellaneous restoration projects and related work. Under this JV IDIQ contract, URS has completed several living shoreline, erosion control and habitat restoration projects. Additionally, URS has supported NOAA with the design of a fixed data and navigation buoy in the Florida Keys National Marine Sanctuary, evaluated post storm impacts to NOAA coastal facilities, supported NEPA activities and conducted an economic assessment of critical habitat designation for the North Atlantic right whale and smalltooth sawfish along Florida's southern coastline. The City of Fort Lauderdale (COFL) engaged URS to support design, permitting and implementation of an emergency beach fill to 7 f - - address severe beach erosion that impacted beach access and safety, s infrastructure and threatened the integrity of the US Highway A1A, the 4 -. '"I major hurricane evacuation route for the area URS met with COFL " - - Public Works, Parks and Recreation and Beach Redevelopment Agency .tea .'i staff, including lifeguards and beach maintenance personnel, to $ -" ' & identify conditions, project objectives and stakeholder needs. URS I .,, �...:!"-._ conducted site reconnaissance investigations to document the extent of erosion and damage to dunes, vegetation and beach infrastructure as a result of storm activity. URS conducted beach sand sampling and testing to develop criteria for acceptable beach fill. Collected grab samples were analyzed in the URS Soils laboratory. Laboratory analysis was also conducted on the six separate potential borrow sources to determine compatibility with the existing beach material. URS coordinated with the COFL and the Broward County Environmental Protection Department (EPD) to determine if the emergency beach repairs could be coordinated with future beach nourishment projects to be implemented by the County and State under a Joint Coastal Permit (JCP); coordinate acceptable beach fill sources; and discuss issues related to frequency and distribution of sea turtle nests, and presence of hard bottom and corals in this locale. URS secured the approval from Broward County EPD, FDOT and USACE/FDEP Beaches and Coastal Systems for use of two approved borrow sites for the emergency beach fill project. URS was selected by the National Park Service (NPS) to prepare the Environmental Assessment (EA) and Engineering Design plans of options for the restoration of the failed dams on the East Cape and Homestead Canals. A coastal hydrodynamic study was completed within the Cape Sable region. The coastal hydrodynamic study consisted of calibrating a USACE supported CMS hydrodynamic model to the USGS measured flows in the eitiCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" '--- Group B-Environmental canals and then using the calibrated model to •-°. , M ,. .4i4 ._'-1,� , -4; model the flow conditions over and around the . '`t e new dam plugs. Based on the calibrated :I;,:.` ,•, �..' . T,<-_ � ,» modeling, the estimated flow conditions during , • ''° ° : -- .- ` yii,..,a dr ,.ten ". a overtopping were then used to determine erosion ".�" i= , potential and to design stable rip-rap sizing to ' ''''' . ` :; . armor the new dam plugs. URS developed r �, *: y 1. detailed designs for the dam replacements and E_ ,4 �, ��� ti «„� ��._ '� �, , ,-,�; has prepared NEPA documentation "',j ,_ - Environmental Assessment/Finding of No ._ ' ;'. — ff--- i., , ,,,,,vt,„., Significant Impacts (EA/FONSI) and applied for 1•' • and acquired coastal environmental permits from ;ee'`°” 'f r. # Federal (USACE) and State (SFWMD) regulatory t-'; :, ; ,, ' ,►; agencies for the proposed work.The design for the new dam includes facilities for public recreation including a Canoe/Kayak ramp, a floating boat dock and mooring piles. The ramps and docks are designed to be accessible during tide conditions ranging from Mean Low-low Water (MLLW) to Mean High-high Water (MHHW) conditions and a hardened walking path has been provided across the 100 foot long dam plug for the portage of non-motorized water craft to the backcountry. URS is designing, permitting and coordinating construction of a :: -' " . ., ;: 4,000 foot oyster reef in Tampa Bay for NOAA. URS designed, .,�` : , '''''%?:,.,;'-' <,, `f " 7 permitted and provided construction phase services and post- *-'- -'--•^ construction monitoring for the pilot-phase study of oyster reefs, .,„,, y" evaluating several different configurations, materials and ' construction methods. URS coordinated with the DEP, NOAA, and �� , I1►- 11 \ � 4' . the Environmental Protection Commission of Hillsborough County `" ` 'N (EPCHC). URS Construction services included working closely with the I ii - contractor and NOAA Restoration Center to evaluate material suitability transportation and staging, construction methodologies . and logistical limitations, material handling, developing construction costs and schedules, supporting NOAA with design and implementation of environmental safeguards during construction including turbidity barriers and silt curtains, environmental monitoring during construction, post construction elevation and positional surveys and post-construction environmental monitoring for oyster abundance, density, size and growth. URS supported Miami-Dade County with upgrades to the Trail Glades Range. This project included the renovation and upgrade of the County-owned 600-acre gun range located in western Miami- , Dade County on the edge of the Everglades National Park. The x .. scope of work included the design and construction of park facilities '` .- on environmentally sensitive lands which required exotic plant and contaminated soil removal activities. The elements of the -• -,a project included a Clubhouse, Range Master Building, a 100-Yard ' !'' Rifle and Pistol Range, Trap and Skeet Ranges, and a 600-yard Long `.f.. .. 'f-' . 1 Distance Rifle Range. 1-36 URS 1 rill City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental In 2007, URS was selected to provide General Civil Engineering Consulting Services to the City of Doral. The scope of the contract included: roadway drainage design, structural design, traffic and transportation engineering, civil site planning and design, environmental permitting and assessment services, NEPA documentation, contamination assessments, land use and zoning, environmental engineering, building remodeling and new construction, building/ threshold inspections, contract administration, construction engineering inspection (CEI), material inspections, project management and landscape design. Since 2001, URS has continued to support the FDOT's Environmental staff as the District VI Districtwide Environmental Permit Services Consultant. Services include preparation, coordination, and processing of environmental resource permit applications (Federal, State and County/Municipality) for all roadway, bridge and miscellaneous large- and small-scale FDOT improvement projects within Miami-Dade and Monroe Counties. Key services under this contract included environmental permitting, habitat assessments, wetland evaluation studies, marine benthic surveys, turbidity modeling, threatened and endangered species surveys, coral relocation, protected species conservation measures, engineering plans review, upland and wetland mitigation planning and design, and preparation of associated National Environmental Policy Act (NEPA) documents for federally funded projects. In Miami Beach, URS prepared the Reasonable Assurance Reports (RAR) for the Florida Department of Transportation, in support for the Class V stormwater injection wells to be constructed along Alton Road (SR 907) at the intersections of 5th, 10th and 14th Streets; Collins Avenue (SR A1A) from 7th Street to 15th Street; the intersection of Indian Creek Drive (SR A1A) and 43rd Street; and the intersection of 63rd Street (SR 907)and Allison Road.These reports provide assurance that the injection stormwater will not migrate upwards, affecting drinking water sources, surface water or areas of known groundwater contamination. As part of a Joint Venture, URS was recently selected to provide Coastal Eco-Systems Restoration Services for NOAA Nationwide. URS is providing seagrass restoration services at designated sites along the northern coast of the Gulf of Mexico. This work includes Seagrass planting, transplanting, propeller scar and blow out restoration, monitoring, assessment, and reporting. imiwif -"`: 11 URS supported the City of Fort Lauderdale Public Works Department with the 1,, ix 't,. permitting and design development activities associated City dredging projects r K� '"'- , adjacent to the Las Olas Marina, Aquatic Complex and Bahia Mar Yachting Center. }; nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Yachting Center were evaluated, marine sediments were collected and laboratory analysis was completed in compliance with State Sediment Quality standards. Additionally, marina structures were evaluated to assess potential impacts of increased water depths on pile and seawall stability at the Las Olas Marina and Bahia Mar Yachting Center. Recently, the City advertised for assistance with completion of the subsequent design phase. URS supported the South Florida Water Management District (SFWMD) _ with a Large Scale Coastal Eco-system restoration project in Southeastern Miami-Dade County. The Biscayne Bay Coastal Wetlands project was part of the comprehensive Everglades restoration program and was designed to ' establish surface flow to coastal wetland and near-shore habitats. URS = provided design development, cost estimating, environmental field services, • permit support, and construction management services. For the Florida Gas Transmission Company (FGT), URS is providing environmental permitting support to FGT associated with the installation of concrete mats over an existing pipeline extending across Biscayne Bay from the City of Miami to the City of Miami Beach. Sections of the pipeline have become exposed over time possibly due to large storm events. The matting is being conducted in three phases, two of which have been completed to date. The work being performed by URS includes conducting detailed benthic/seagrass surveys and assessments, preparation of permit application packages submitted to the USACE, FDEP, Florida Fish and Wildlife Conservation Commission (for temporary/permanent navigational signage) and Miami-Dade DERM, extensive agency coordination with the permitting agencies including cooperative commenting agencies such as the National Marine Fisheries Service and the US Fish and Wildlife Service, restoration of existing seagrass beds in Biscayne Bay Aquatic Preserve to serve as compensatory mitigation, coral relocations, protected marine species conservation measures, construction environmental support (protected species monitoring, turbidity/sedimentation monitoring, etc.), and long- term mitigation monitoring and maintenance. For FGT, URS also provides a pre-construction contamination evaluation to review for contaminated sites within a 500-foot radius of the pipeline to determine if groundwater treatment during dewatering is necessary due to nearby contaminated sites that have caused impacts to groundwater qualities. URS was selected in the fall of 2005 by the Miami-Dade County Department of , + y` `1�..�, V*: Environmental Resources Management (DERM) for the Environmentally Endangered Lands `t (EEL) Program. The professional services conducted under this contract included the preparation of management plans for 35 to 40 EEL sites. The plans guided the future management of each site with regard to the restoration and maintenance of the site's natural areas and to the public's access to the site and awareness of it. Further,these plans articulated the best ultimate use of each property for a 10-year time frame. The planning process incorporated opportunities for public comment, with particular regard for residents living near each site and required planning and facilitation of public meetings. In cases where sites were acquired with State matching grants through the conservation and Recreations Lands Program (CARL), the Florida Forever Program, or the Florida Communities Trust Program (FCT), the management plan was to meet the requirements of the granting agency. Established in 1990, the EEL program identifies and secures the acquisition, protection, and maintenance of environmentally endangered lands for preservation. Since its inception, they have acquired more than 21,000 acres of Environmentally Endangered Lands throughout the County. Services under this project also included: land management planning; site restoration and maintenance planning; land use planning; public involvement; and granting agency plan compliance. 1-38 URS City of Miami Beach Professional A&E Services on an "As-Needed-Basis" Group B-Environmental Section 2.1: Qualifications of the Proposing Firm History of the Firm URS Corporation's predecessor company was founded in 1904. URS was established in 1951, and incorporated in 1957 as Broadview Research—a research group active in the areas of physical and engineering sciences. In 1967, management developed a growth strategy focused on building a multidisciplinary professional services firm. In 1968, Broadview Research acquired United Research Incorporated of Cambridge, Massachusetts. During this period, the name Broadview Research was changed to United Research Services, later shortened to URS. Throughout the 1970s and 1980s, URS continued to expand through internal growth and strategic acquisitions that broadened its engineering, architectural, and environmental practices. These acquisitions included Madigan-Praeger, Coverdale and Colpitts, John A. Blume & Associates, and Dalton, Dalton, and Newport. Subsequently, URS expanded again with the acquisition of Greiner Engineering in 1996, Woodward-Clyde Group in 1997, UK-based Thorburn Colquhoun in 1998, and Dames & Moore Group in 1999. The Dames & Moore Group was comprised of a number of engineering, construction services and environmental organizations, including Dames & Moore, Radian International, BRW, O'Brien Kreitzberg, and Walk Haydel. On October 17th, 2014, the grandparent company of URS Corporation Southern (URS Corporation) was acquired by AECOM Technology Corporation. With nearly 100,000 employees — including architects, engineers, designers, planners, scientists and management and construction services professionals — serving clients in more than 150 countries around the world following the acquisition of URS, AECOM is a premier,fully integrated infrastructure and support services firm. Important to note, URS' legal contracting entities will continue to operate independently of AECOM entities for the foreseeable future. The company names have not been changed and URS Holdings, Inc. remains the sole shareholder and parent company of URS Corporation Southern. URS continues to operation in Miami-Dade County as URS Corporation Southern (FEIN 59-2087895). Relevant Experience and References URS has significant experience providing environmental services locally for well over 30 years. As demonstrated throughout this response, our Team has provided professional environmental services to a host of local clients including the National Park Service, Miami-Dade County, City of Miami, City of Coral Gables, and City of Doral, to name a few. Our team is local and available to support the City of Miami Beach on this important contract. Attached please find relevant projects and references performing the requested scope of work within the last five years. Our Team is extremely proud of our past performance and we encourage the City to contact our clients with any questions you may have pertaining to our previous performance. City of Goral Gables — Professional Environmental Engineering Services Term: 2006—ongoing Reference: Mr. Kenneth Ingersoll (305) 460-5054 I email: kingersoll @coralgables.com URS has been supporting the City of Coral Gables with professional Environmental Engineering Services since 2006. The scope of the contract includes upgrades of existing lift stations, replacement of force mains, environmental studies and reports, I/I reduction, construction inspection, solid waste consulting, storm water system improvements, and studies and reports on miscellaneous sanitary sewer and stormwater utility 2-1 IMS City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental _ -- operations. Other services provided to the City also - — -: -.- "—~ - _ - include financial feasibility, life cycle costing 2 analysis, cost estimating, programming, planning • ,a` � - - - surveys, site evaluations, and other design services. �' :: - •.- _' Typical projects issued to date are described below. tr .e .� ; ' '^,say "s4 t �'►� •: - ;Y�. Biltmore Golf Course Maintenance Facility Arsenic .t' Investigation - URS is providing environmental pw`� '� services for the investigation of arsenic in the soil ':,,r' y ~~-_ ,�._ ' f and groundwater in the vicinity of the maintenance "r building of the Biltmore Golf Course. Elevated arsenic levels above the commercial/industrial levels have been found in soils which will require remediation. Additionally, impacts to groundwater have been defined in the area of the maintenance building that will have to be addressed. URS is in the process of determining appropriate remedial methods to address the soil and groundwater. Granada Golf Course - URS is assisting the City with the renewal of their Water Use Permit from the South Florida Water Management District for irrigation wells on the Granada Golf Course. URS installed a deep (100') monitoring well to determine the depth of the 250 mg/L chloride interface. Additionally, URS is preparing a SALT monitoring plan required by the District outlining future monthly sampling events to determine depth to water and chloride concentrations in the monitoring well. Country Club of Coral Gables Site Assessment Report Addendum - URS is providing environmental assessment services of soil and groundwater contamination associated with the removal of an underground storage tank (UST) in 2002 at the Country Club of Coral Gables. Assessment activities have included clearance of public utilities in the area, regulatory file reviews, and soil and groundwater sampling. Maggiore Phase I Environmental Site Assessment - URS conducted a Phase I ESA in accordance with ASTM Standard E-1527-05 for a parcel of land that the City is purchasing for the purpose of converting it into a park. City of Doral — Professional Engineering Services Term: 2003—2012 Reference: Mr.Jose Olivo, PE (305) 593-6740 I email:Jose.Olivo @cityofdoral.com URS supported the City of Doral with General Engineering Consulting Services. The scope of the contract included: roadway drainage design, structural design, traffic and transportation 7-t °F 1)0 engineering, civil site planning and design, environmental permitting and assessment A-..1, services, NEPA documentation, contamination assessments, land use and zoning, �"i environmental engineering, building remodeling and new construction, building/threshold inspections, contract administration, construction engineering inspection (CEO, material ` r inspections, project management and landscape design. Throughout the term of the is agreement, URS performed several environmental related tasks to the City including: • Doral Southern Commerce Park Permitting • Doral Police Station Ecological Assessment • Doral City Hall Phase I ESA • Doral Landfill Odor Monitoring 2-2 URS enCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental • Doral Tract 34 Environmental Assessment • Doral Tract 33 Environmental Site Assessment , • Doral Tract 60 Environmental Site Assessment UPS ao I E ,m. Jam.. • Doral Passive Recreation Park Feasibility Study .`m- ..�•m' Re URi bbr.,.ce d"eSaww Swm • Doral SW System Field Inspections a.wZ • Doral NW 114th Avenue and 112th Environmental Permitting Mw osse m Idthew ti w arof...rod.ema'u n.e m-.a•o Ca.buman Mm.:o.-^l b.a..n..•ce m D•rJ I'r\De.O'..a Cun.v.c .A Sunw.w.vu.e...0 • Doral Owners Representative for Doral Park �°�—the�..,a , . wMe•.that Mw been pro..by U15.eelae...mg de p.cenw.cna+ YcM.an.P—..91.a eMM!w.emeee aN 4[I—a�a7 mpp.n w....n • Doral J.C. Bermudez Park Geotechnical Oversight and Services ..aw W d b.nano-e.s,n•e w•aa.a m s a..n m em.•aa•ea aa..� e..n...•w.a a.-a m ocx•cew+Malt r�-ia • Doral Construction Inspection • Doral '9-acre Parcel' Ecological Site Assessment • Sonoma Property Ecological Site Assessment and Phase I Miami-Dade County DERM — Environmental Cleanup, Compliance and Related Services Term: 1998—Ongoing Reference: Ms.Julie Balogh (305) 372-6813 I en- : BalogJ @miamidade.gov URS has provided environmental cleanup, compliance and related services for Miami-Dade County facilities continuously since 1998. The scope of work includes conducting environmental investigations and/or rehabilitation and related tasks, in accordance with Chapters 62-770, 62-780, and 62-785 of the Florida Administrative Code (FAC), Chapter 24 of the Miami-Dade County Code, and all applicable regulations; services related to the modification, repair, removal, replacement, installation and/or abandonment of any underground or aboveground storage systems, and any related tasks, in accordance with Chapter 62-761, FAC, and Chapter 24 of the Miami-Dade County Code; providing design criteria and construction management services for environmentally necessary construction tasks; and any other additional environmental-related work for prevention of potential or known contamination, for compliance with applicable regulations, for protection of the environment and public health and for cleanup of environmental contamination. Typical projects included: Ives Estates Park - URS is currently providing environmental services related to the redevelopment of the former Ojus Landfill in North Miami. The former 95-acre landfill is being redeveloped into a community park. URS provided the design and installation of a methane gas collection system, including both and active and passive system around the perimeter of an existing building connected to a header pipe and blower. URS is currently providing landfill gas monitoring and operations and maintenance services of the methane gas collection system. URS is also in the process of conducting a pilot test for the insitu treatment of ammonia in groundwater. North Dade Landfill — URS provided repair and rehabilitation services for 15 vertical landfill gas extraction wells on the active East Cell by replacing with new wells, well-heads and laterals to be connected to the existing header. This work was completed ahead of schedule to comply with the existing Title V Air Permit. Considering the success of this project, Miami-Dade County retained URS to continue to provide maintenance services of the active landfill gas collection system for the landfill. URS is currently providing services related to extension or replacements of well heads and laterals, as and where needed. 2-3 URS enCity of Miami Beach Professional A&E Services on an "As-Needed-Basis" Group B-Environmental Miami-Dade Aviation Department—URS provided site assessments at the three airports (Miami International, Opa-Locka, and Kendall-Tamiami) for the following projects: Opa-Locka Site 1: Investigation of free-project plume discovered during the replacement of stormdrain manhole. Opa-Locka Site 5: Investigation to delineate arsenic in soil. Boystown: Investigation of a surface spill of fuel as a result of a small aircraft crash. WECA Pond: Provided source delineation and preparation of a Source Removal Plan for chlorinated solvents in groundwater. Currently overseeing the removal of hazardous and non-hazardous soils and groundwater treatment. NWCA RAP: Providing the installation of shallow and deep cluster wells both airside and landside at MIA to delineate the chlorinated solvent plume within the northwest cargo area at MIA. Concourse F: Providing site assessment including the gauging of 55 monitoring wells for free product, sampling of 21 wells for lab analysis, installation of monitoring wells, and collection of soil samples.The purpose of the assessment is to define free-product plumes associated with an August 1, 2000 discharge along the Concourse F hydrant line extending around the concourse. FDOT — Districtwide Environmental Permits Consultant Term: 2001—Ongoing Reference: Mr. Manuel Vega, PE (305) 470-5281 I - Manuel.Vega @dot.state.fl.us 41041 to, URS has been awarded three (3) consecutive $1.5 million contracts since 2001, for the Florida Department of Transportation (FDOT), ilk' ,_... „ District VI, to serve as the District-wide Environmental Permit Services Consultant contract to support the FDOT's Environmental staff with g the preparation, coordination, and processing of environmental , " resource permit applications for all roadway, bridge and other large- and small-scale FDOT improvement projects within Miami-Dade and Monroe Counties. Key services under this contract include terrestrial/coastal environmental permitting, habitat studies, coastal and freshwater wetland delineations and functional assessments, marine benthic surveys, turbidity/sedimentation modeling, threatened and endangered species surveys, water quality assessments and monitoring, hydrologic and geologic analyses, contamination assessments, construction dewatering plans/calculations, protected plant and wildlife conservation measures, engineering plans review, mitigation planning and design, surface water modeling, and preparation of associated National Environmental Policy Act (NEPA) documents (EIS, EA, CATEX, etc.) for federal and state-funded projects. Notable projects under this contract have included: 5th Street and NW 12th Avenue bridge replacements over the Miami River (City of Miami); roadway widening/reconstruction to US-1 (18-mile stretch) South (Miami- Dade and Monroe), Red Road (Miami-Dade) and Krome Avenue (Miami-Dade), which included extensive coastal and freshwater assessments and permitting; roadway improvements and construction of new roadways for the Miami Intermodal Center (Miami-Dade), roadway widening and seawall replacement along South and North Boulevards in Key West (included extensive coastal assessments and permitting); bridge rehab along Overseas Highway/US 1 for several bridges in the Florida Keys including Long Key Bridge, Channel 5 Bridge, and Bahia Honda Bridge (required extensive seagrass/coral surveys, coral relocations, environmental permitting, etc.), boat ramp improvements at Key Haven Boulevard (Monroe) and US-1 (18-mile stretch) South (Miami-Dade and Monroe); and roadway washout and dune restoration along Overseas Highway in the Florida 2-a us enCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental I Keys including Lower Matecumbe Key (Monroe). Types of permits/approvals applied for under this contract include the following: South Florida Water Management District • Environmental Resources Permit(ERP) • Right of Way Occupancy Permit • Water Use Permit Miami-Dade County DERM • Class I Coastal Construction Permit • Class II Stormwater Discharge Permit • Class III Right of Way Permit • Class IV Freshwater Wetlands Permit • Class V Dewatering Permit • Stormwater Management(MSSW) Permit • Florida Department of Environmental Protection • Environmental Resources Permit(ERP) • Class V Deep Well Permit U.S.Army Corps of Engineers • Dredge and Fill Permit U.S. Coast Guard • Bridge Permit Miami-Dade County DERM — Environmentally Endangered Lands Program Term: 2005—2011 Reference: Ms. Cynthia Guerra (305) 372-6687 I email:guerrcy @miamidade.gov .1' --i , t In fall of 2005, URS was awarded a contract by the Miami-Dade County ti Department of Environmental Resources Management (DERM) for the r• . ,• ' Environmentally Endangered Lands (EEL) Program. The professional services lc, `'I'-'1,`i,," . , -, . 4, ' :! conducted under this contract included the preparation of management ititt � -, .'4 plans for 35 to 40 EEL sites. The plans guided the future management of ' °''�` - each site with regard to the restoration and maintenance of the site's fl, , 'N.. i yam^ , -. natural areas and to the publics access to the site and awareness of it Further, these plans articulated the best ultimate use of each property for a 10-year time frame. The planning process incorporates opportunities for *` -' public comment, with particular regard for residents living near each site and " required planning and facilitation of public meetings. In cases where sites ~r ' were acquired with State matching grants through the conservation and Recreations Lands Program (CARL), the Florida Forever Program, or the E,, Florida Communities Trust Program (FCT), the management plan was to J meet the requirements of the granting agency. 2-5 1 URS (I/ City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental The EEL Program was established in 1990 by Miami-Dade County. The program identifies and secures the acquisition, protection, and maintenance of environmentally endangered lands for preservation. Since 1990, they have acquired more than 21,000 acres of Environmentally Endangered Lands. The purchase and conservation of these lands ensure that they are shielded from development and will continue to thrive as natural habits. Services under this project also included: land management planning; site restoration and maintenance planning; land use planning; public involvement; and granting agency plan compliance. Everglades National Park (ENP) Cape Sable Critical Dam Repair and Coastal Wetland Restoration Term: 2009—2011 Reference: Mr. Mathew Kutch (303) 969-2438 I email: matt_kutch @nps.gov URS developed a fast-track engineering solution to restore two failed dams in the wilderness backcountry of Everglades National Park (ENP) in accordance with American Recovery and Reinvestment Act (ARRA) schedule requirements, positioning ENP to take full advantage of the economic stimulus as a shovel ready project, and correct a major problem challenging the Park since constructed in the 50's. Both earthen berm dams were last repaired by ENP in 1997 using steel sheet piles. However, the repairs only held a few years facing the continuous tidal currents and erosion which has plagued the dams since the 50's. The dam failures created several significant ongoing challenges for ENP including safety concerns for park visitors, as well as the ecological concerns from the merging salt and fresh water and the associated impacts to the Park's natural inhabitants.The continuous saltwater encroachment severely impacted the Park's interior freshwater wetland, converting it to an estuary ecosystem and thus causing potentially irreversible damage and threatening the survival of sensitive species and the Florida Everglades as a whole. Due to the remote location of the failed dams (20 miles from the closest upland area), logistics played a key role in engineering a workable solution. Project constraints included: 1. Marine transportation for 7,500 tons of limestone, 1,500 tons of rip rap and heavy equipment to remote wilderness areas. 2. Construction limited to October 1st through March 31 to avoid the crocodile nesting season (14 crocodile nests identified in the work areas that could not be impacted). 3. Shallow marine access channel (limited to 2-ft maximum draft) and could not be dredged. 4. Closest staging area over 100 miles via open water transport from the project site (Key West). To work around these constraints, URS incorporated use of an off-shore staging area (5- miles from dam site) and hydraulic sand placement to transport material over 2.5 miles over a tidal mud flat area. In addition to engineering a feasible solution, URS also incorporated a coastal wetland mitigation area as well as visitor use amenities into the design.The visitor experience was a critical component to the Park's mission and the area is now rated as one of the 10 best fishing locations in the Country. Environmental services included preparation of NEPA documentation (Environmental Assessment/Finding of No Significant Impact), coastal environmental permitting, mitigation design and construction, public involvement and long-term mitigation monitoring. 2-6 URS nCity of Miami Beach Professional A&E Services on an "As-Needed-Basis" Group B-Environmental Section 2.2: Qualifications of the Project Team Project Team Organization and Resumes We have structured our team to provide the City of Miami Beach with a single, direct point of contact for all assignments to be issued under this contract. Supported by a robust team of professionals, we have the depth g pp Y p p of resources to support multiple concurrent assignments should the need arise. Resumes, detailing the education and experience of our project team have been included following this page. All applicable staff licenses, certifications and diplomas have been included as attachments within the Appendix. City of Miami Beach Principal-in-Charge Project Manager Regulatory Compliance Vice President Dan Levy, PG Paula Sessions, PG Vivek "Vik" Kamath, PG Environmental & Coastal Contamination Permitting Assessment Task Leader Task Leader Keith Sta n n r d Ca rl os F. Garcia, PG Support Team Support Team Valerie Chartier Babu Madabhushi, PhD Michael Breiner Edward Marks, PG Isaiah Mosely Pavel Terselich Edward Marks, PG Robert Lunardini, PE Ashley Mathews Randy Whitesell, PE Damon Quesenberry Luis E. Smith, CIH Michael Powell Michael Scinta Standard Form 330 A complete Standard Form 330 has been included following section 2.3 of this response. 2-7 MIS Paula Sessions, PG P URS roject Manager/Environmental Specialist 0= = Areas of Expertise ? Phase I Environmental Site Assessment of Richmond i`'' �1 Project ect Mana ement,Site Assessments, ` Heights Former Dry Cleaner, �. 4 � ��` �� j 9 g ry Miami-Dade County ISD(2013): Source Removals, Groundwater Managed the oversight of a Phase I ESA performed for ISD who �,„ -� `rn Assessment and Remediation, Hazardous was interested in purchasing the property from a neighboring - and Non-hazardous Soils,Tank Closures church. The Phase I consisted of an on-site property inspection I Assessments, Me_thane Gas Assessments, to identify potential areas of adverse environmental impact to the a3 _�` Remedial Action Implementation,Operation soils and groundwater, regulatory records review and final report __-__._ &Maintenance and Construction Oversight documenting the findings. Years of Experience _ . Central Bus Facility Oil/Water Separator Assessment and With URS: 15 I With Others:9 I Closure, MDT, Miami-Dade County (2011-2012): Project Education Manager responsible for overseeing the assessment and closure BS/1984/Geology/University of Texas at Austin ! of an oil/water separator (OWS). URS oversaw emptying and Registration/Certification cleaning of the OWS and cutting and capping of inlet and outlet 1992/Professional Geologist/Florida No. 1416 pipes. Soil samples around the OWS were collected and Opa-Locka General Aviation Airport—MDAD Security Clearance E analyzed and contaminated soil was removed and disposed. Miami International Airport—U.S.Customs Security Clearance 1 Based on the near vicinity of a loading ramp, the OWS was -- �—— — abandoned in place. A tank closure report was submitted to and Ms. Sessions is a Florida-registered Professional Geologist and approved by DERM and the site received closure with no a URS Certified Project Manager with over 24 years of conditions. experience in the environmental field. She currently manages our contracts with Miami-Dade County and various other MDT Parcels 144 and 145, MIC Earlington Heights projects with private clients and municipalities. Her Connector Quarterly Monitoring, Miami-Dade County (2012- responsibilities include interfacing with clients, preparing 2013): Project Manager for the quarterly sampling of monitoring proposals, managing projects including providing technical wells to evaluate the levels of lead in the area of Parcels 144 guidance and assembling a team of qualified personnel to fit the and 145, discovered in 2007. After one year of monitoring was client's project needs, maintaining project schedules and completed, no further action was requested from DERM and budgets, client invoicing and collection, and overseeing a staff of approved. geologists and engineers. Her technical experience includes Saltwater Intrusion Investigation and Monitoring at the management of site assessments, tank closure assessments, Granada Golf Course, City of Coral Gables, (2008-2011): source removals, methane gas assessments, remedial action r Project Manager for the installation of a 100-ft. monitoring well design and implementation, and operation and maintenance of consisting of sampling at 10 ft. intervals: 100 ft., 90 ft., 80 ft., 70 long-term remediation systems. Specific examples of her ft., 60 ft., and 50 ft., as required by their Permit issued by the experience are described below. South Florida Water Management District. Additionally, URS Experience Completed Within the Past Five Years: prepared a SALT Monitoring Plan which was also approved by SFWMD. For the next two years, URS conducted monthly City-Wide Outfall Monitoring, City of Miami (2013-2014): sampling of the 100-ft. monitoring well. URS requested to Project Manager which provided management and oversight of SFWMD a modification to the frequency of collection from the collection of water quality and sediment samples from 29 monthly to quarterly,which was subsequently approved. locations through-out the City from manholes, outfalls and MDT Loading Dock Notice of Required Testing (NORT), 111 tributaries for lab analysis in support of the City of Miami's NW 1 St, Miami-Dade County (2011-2011): Project Manager NPDES permit. Two rounds of sampling were conducted, each for the sampling of a monitoring well in the vicinity of a new after main rain events. A final report was submitted to the City 5,000-gallon UST. DERM required that MDT perform sampling including GIS shape files for each sample locations and an as a result of strong petroleum odors and free-product detecting overall map showing sample locations with data attached to during the installation of the UST. Sampling results indicated no each location. regulatory exceedance of petroleum constituents. This was Fern Isle Park Asbestos Survey, City of Miami (2014): Project documented in a report prepared by the URS Team and No Manager for the pre-demolition asbestos survey conducted for further action was subsequently approved by DERM. the City of Miami of their pavilion structures at Fern Isle Park. Country Club of Coral Gables Site Assessment and URS collected samples from roof shingles of the pavilion to Remediation, City of Coral Gables, (2007-ongoing): Project identify asbestos-containing materials prior to scheduled Manager for the site assessment of contaminated soil and demolition. The results were submitted to the City in a report groundwater as a result of a release from an underground prepared under the direction of a URS Florida Licensed storage tank. URS provided installation of monitoring wells and Asbestos Contractor. 2-8 Paula Sessions, PG Page 2 collection of soil samples to delineate petroleum contamination. Plan / Remedial Action Plan addressing the removal of URS conducted a source removal of contaminated soils and free hazardous soils and providing groundwater treatment for mixed floating product resulting in a significant reduction of dissolved chlorinated solvent I petroleum contamination. Provided groundwater contamination. Currently providing continued construction oversight of soil excavation, free floating product monitoring of groundwater on a quarterly basis. Site will be removal and open hole treatment (air sparging)of contaminated closed with conditions consisting of engineering controls and groundwater. Upon completion of source removal, prepared and restrictive covenant. submitted to DERM a Source Removal Report. In 2014, URS Biltmore Golf Course Maintenance Facility Site Assessment installed and sampled replacement wells in the footprint of the and Remediation, City of Coral Gables. (2009-ongoing): former excavation. Project Manager for the assessment of arsenic in soil and MDT Venevision Studio Limited Site Assessment, Miami- groundwater in the vicinity of the maintenance building at the Dade County (2012-ongoing): Project Manager for the Biltmore Golf Course. Prepared a Site Assessment Report completion of contaminated soil delineation at the MDT property delineating soil and groundwater contamination, subsequently adjacent to Venevision Studios in the vicinity of 7500 NW 72 approved by DERM. This was followed by source removal of Ave. URS conducted soil sampling for benzo(a)pyrene and will arsenic contaminated soils in the vicinity of the maintenance be preparing a Restrictive Covenant and a No Further Action building and the submitted of a Source Removal Report. with Conditions Proposal to address contaminated soils left in Addition work to be completed includes removal of additional place. arsenic contaminated soils and the installation of an engineering Virginia Key Landfill Site Assessment and Landfill Closure, control in the form of asphalt pavement a top contaminated soils Miami-Dade Public Works and Waste Management (2013- surrounding the maintenance building. ongoing): Project Manager for the groundwater assessment E08-DERM01 & E09-DERM01 Environmental Contracts, including the installation and sampling of new shallow, Various Sites, Miami-Dade County Florida (1998—ongoing): intermediate and deep monitoring wells; installation and Responsible for program management of E08-DERM01 & E09- monitoring of methane gas probes; trenching to determine the DERM01 environmental contracts providing site assessments, extent of solid waste at the landfill perimeter;topographic survey source removals, remedial action design and implementation, of the landfill; and preparation'of a 10 percent landfill closure O&M, and other environmental services to various user closure design criteria document.Additional services will include departments from the county. Sites included petroleum and non- aquifer testing and groundwater modeling; closure design petroleum assessment and remediation at Miami International documents and remedial action plan for groundwater recovery Airport, Homestead General Aviation Airport, Opa-locka General system at the 30%, 60% and 90% design levels; permitting Aviation Airport, various parks throughout the county that were services; support during Value Engineering; bid phase services, prior dumps/landfills, and other county facilities. landfill closure design documents, and technical specifications; PROS Ives Estates Park Ammonia and Methane Gas and providing construction oversight and engineer of record Assessment and Remediation, Miami-Dade County (2006— services during landfill closure. ongoing): Project Manager for the design and preparation of a Miami-Dade Private Pipeline Company, Miami-Dade County Methane Gas Monitoring Plan and Design Drawings for a (2010-ongoing): Performed contamination reviews in support of methane gas collection system to prevent landfill gases from dewatering permit applications for Phase V, Phase VI, and intruding into recreational and maintenance buildings. The Phase VII hydrostatic pressure testing of 10.2, 11.2, and 2.2 recreational park was built on top of an old landfill and URS was miles, respectively, of an 18-inch diameter natural gas brought in near the end of construction to provide mitigating transmission pipeline in Miami-Dade County. Also performed measures to address methane gas. URS provides ongoing desktop contamination reviews of numerous other isolation dig methane gas monitoring and operation & maintenance of the sites in support of dewatering permit applications throughout methane gas extraction system. Additionally, URS provides south and central Florida with Miami-Dade DERM and the South groundwater monitoring of on-site monitoring wells for ammonia Florida Water Management District. Provided backup to contamination. dewatering permits, including remedial design to treat WECA Pond, MIA, Assessment, Source Removal Planning groundwater contaminated with petroleum and non-petroleum and Oversight of Hazardous Muck Soils, Miami-Dade constituents during dewatering. Managed and oversaw the Aviation Department(2008-ongoing): Project Manager for the implementation of groundwater treatment using air stripping and assessment and delineation of hazardous muck soils and filtration during actual dewatering activities. groundwater contamination resulting from historical dumping in a former canal located at Miami International Airport. Provided soil and groundwater assessment and identification of the limits of muck soils from the former canal. Prepared a Source Removal 2-9 Daniel J. Levy, PG IJRS Vice President/Principal-in-Charge .. 'Areas of Expertise E and remediation at Miami International Airport, Homestead Program/Project Management; Hazardous ! General Aviation Airport, Opa-locka General Aviation Airport, Waste Assessments/Remediation System various parks throughout the county that were prior ', Implementation and Operations&Maintenance; I dumps/landfills,and other county facilities. Dredged Material Management;Superfund and E09-DERM-01 PTP for Miami-Dade Transit Department, RCRA Investigations; Environmental Environmental Contract, Various Sites, Miami-Dade County, Assessments; Risk Assessment; Ground Water; Florida (2010—ongoing): Serving as Principal-in-Charge Soils Characterization; NPDES; Environmental Assessment; providing technical oversight of the $2.75M environmental Project Management;Quality Assurance; Coastal&Freshwater contract providing site assessments, source removals, and other Wetland Mitigation Design and Monitoring; NEPA Studies;and, I environmental services to Miami-Dade Transit Department and Ecosystems Management - I Public Works and Waste Management (Solid Waste) from the Years of Experience 1 County. Work includes general project management, client With URS:10 I With Other Firms: 18 interaction, scope development, oversight of field assessment Education i and remedial activities, report preparation, and invoicing. Sites BS/1984/Geology/Florida State University include petroleum and non-petroleum assessment and Graduate Studies/1988/Computer Modeling/Florida State j remediation at Miami-Dade Transit facilities and the former University Virginia Key Landfill. Registration/Certification Project Director, Coral Gables Incinerator Demolition: Professional Geologist/Florida#1230 Served as the Project Director for the demolition of a165-ft tall Certified Hazardous Materials Manager/Master Level/5446 1 incinerated stack and associated structures. Due to the 40-hr OSHA Health and Safety Training _i presence of various contamination sources (dioxin, asbestos, Mr. Levy has over 28 years of experience in the environmental biological toxics and heavy metals), proximity of the facility to industry and specializes in environmental remediation residential homes and entrance roads, demolition work required technologies. He is a registered professional Geologist with a extensive precautionary measures, air and noise monitoring, strong working knowledge of the State and Federal regulations, public meetings and night time operations to allow use of the including; Compensation and Liability Act/Superfund adjacent transfer facility during demolition. Amendments and Reauthorization Act (CERCLA/SARA); Project Director, Miami International Airport (Hangar 22 Resource, Conservation, Recovery Act/Hazardous and Solid Remediation System): Project Director for the $7.4 million Waste Amendments (RCRA/HSWA); Toxic Substance Control remedial action plan engineering design, implementation and Act (TSCA), and Chapter 62-780, FAC requirements. Mr. Levy operation and maintenance for the Former Eastern Airlines has managed and directed over 300 remedial projects(over 150 Hangar 22 site, at Miami International Airport (MIA). Project petroleum sites in Florida), ranging from site assessments to involved the remediation of over 600,000 square feet(14 acres) implementation large-scale, complex, multi-phase treatment of critical airside airport property. systems and has served as the technical director several complex petroleum cleanups, including the 500,000 gallon fuel Project Director, Miami International Airport (NW Cargo spill at the FAA Williams Hughes Technical Center in NJ, the Area): Project Director managing the assessment and remedial Coastal Oil fuel spill in South Boston and the Snapper Creek action plan design for the groundwater vinyl chloride plume Service Station explosion in Miami which forced the evacuation which impacted the Miami Springs Welifield. The groundwater of over 100 residents. His experience includes the research and plume impacted over 100 acres, involving the installation and development of alternative treatment technologies and the sampling of 140 monitoring wells and 25 microclusters, design of innovative remediation systems. Mr. Mr. Levy is also groundwater modeling and extensive regulatory interaction. the co-inventor of the patented SEDCUT Remediation Project Director, Formerly Used Defense Site (FUDS) — Technology and the recipient of the Honor Award for Innovation Aerodex Leasehold (Miami International Airport): Project from the American Academy of Environmental Engineering. Key Director for the contamination assessment, Remedial Design projects are described below. and Source Removal for the former Aerodex leasehold area at E08-DERM01 Environmental Contract, Various Sites, Miami- Miami International Airport. Project included the completion of a Dade County Florida (2008—ongoing): Serving as Principal-in- Risk Based Corrective Action(RBCA)report. Charge providing technical oversight of $3M environmental Project Director, Miami International Airport (Eastern-U contract providing site assessments, source removals, remedial Cargo Area): Project Director for sampling of canal sediment at action design and implementation, O&M, and other Miami International Airport for the detection of Cesium-138, a environmental services to various user departments from the county. Sites include petroleum and non-petroleum assessment 2-10 URS Daniel J. Levy, PG Page 2 radioactive isotope used in dating of contaminated sediments, to provide a decision support tool to determine appropriate for a PRP determination at a CERLIS site. remediation strategy. GW Model included 9 hydraulic layers and Project Director, PAC Applications, Miami-Dade. Aviation was run in 10 year increments to illustrate COC degradation Department: Project Director for the MDAD Pre-approval properties over a 100 year period. Advance Cleanup(PAC) program for Miami International Airport. Eglin Air Force Base, A-20 Radar Site: Managed the Program Manager, Hazardous Waste Contract, Miami-Dade delineation of a mix groundwater plume containing petroleum County, Florida: Served as Program Manager for a 3-year,$30 hydrocarbons and chlorinated solvents and the removal of million contract (1997 — 1999) for work involving environmental Petroleum contaminated soil. Actions performed included the planning, wetlands mitigation, stormwater monitoring and installation shallow, deep and inter-mediate depth monitoring general engineering and consulting. wells, groundwater and soil sampling and the collection of surface sediment and water samples for ecological and human Program Manager, Hazardous Waste Contract, Miami-Dade health risk screening and for fate and transport modeling. County Department of Environmental Resources Service Stations in Florida, (Amoco, Exxon and Shell): Management: Program Manager for a 5-year, $60 million Amoco, hazardous waste contract (1992 — 1997): Contract services Served as the Project Manager for the cleanup of over 150 included subsurface investigations, PCB abatement, soil and petroleum contaminated service stations in South Florida. groundwater remediation, bioremediation pilot testing, and the Services performed included, underground storage tank development of best management plans for facilities owned and removals, subsurface investigations, remedial action plan operated by Miami-Dade County. designs, remediation system implementation and operation and maintenance. Prepared phase I/Il environmental assessment Program Manager, Environmental Professional Services reports, contamination assessment reports (CAR's) and Agreement, Miami-Dade County, Florida: Served as Program Remedial Action Reports(RAP's). Manager for a 5-year, $3.3 million contract to provide general engineering services at Miami International Airport. Services Coastal Fuels Bulk Storage Facility — South Boston (1997- provided included stormwater and industrial waste treatment 1998): Served as the project manager for the assessment and plant evaluations, environmental site investigations, and remedial design of the South Boston bulk storage facility. Project preparation of best management plans, regulatory liaison and involved the installation of over 100 monitoring wells and 58 soil oversight of construction activities. borings to identify the potential sources and to delineated the horizontal and vertical extent of a petroleum plume. The Project Director, National Contingency Plan (NCP) investigation was initiated after free product was detected in one Compliance, Miami-Dade Aviation Department: Served as of the adjacent residential basements. Supervised an extensive Project Director providing technical assistance to Miami-Dade air monitoring program to determine the air quality in the Aviation Department (MDAD) regarding the CERCLA, National surrounding residential homes and adjoining businesses. Contingency Plan (NCP) in order for Miami International Airport Utilized forensic chemistry to age date the subsurface to pursue recovery of environmental cleanup costs from contamination and to identify potential responsible parties potentially responsible parties (PRP's). Project included (PRP's). Provided expert testimony on behalf of Coastal Fuels development of cost response strategies, development of a regarding the assessment techniques used and interpretation of tenant compliance program, conducting public meetings and field investigation used. workshops, and overseeing the FDEP Consent order Professional Hydrogeologist, FAA Superfund Site, Atlantic obligations. City, New Jersey: Technical Director for the operations of 6 Project Director, Dewatering Treatment System Design, remediation sites(Area B, D, E, 20a, 29, and 41). COC's include Build and Operate, Private MDAD Contractor: Project Director chlorinated solvents, petroleum hydrocarbons and heavy metals for the design, permitting, implementation and operation and high concentrations of mercury. Facility was placed on the NPL maintenance of a 500gpm portable dewatering treatment system list in Oct. 1990 and is the largest FAA hazardous waste site in to remediate hydrocarbon contaminated water generated during the country. Key services; design/build and operation of a 750 construction activities at MIA. gpm groundwater treatment_system, GW modeling, regulatory Confidential Client(Big Box Super Store) -Assessment and briefings (USAGE, EPA, DEP) and evaluation and Cleanup, Inverness, FL: Project Director for the assessment implementation of innovative remediation technologies. and remedial approach related to the redevelopment of a Big Litigation Support (Amoco Oil, Hollywood Florida, 1989): Box Super Store. Previous operations at the site resulted in the Provided expert testimony on behalf of the Amoco Oil Company release of chlorinated solvents and subsequent downward regarding the chemical product degradation of PCE and its migration of the chlorinated solvents to a depth of 450-ft below relationship to degradation products of automobile cleaning land surface. The highest concentration was detected at a depth solvents, 1989 case of Amoco vs. Marvin's Cleaners. of 300-ft. A groundwater solute transport model was developed 2-11 Vivek "Vik" Kamath, PE . URS Regulatory Compliance/Quality Control ''I Areas of Expertise negotiating a Declaration of Restrictive Covenant with DERM .? Project Management,State and Federal using a Risk Based Corrective Action approach.40144. „,4. A,L Regulations; State and Federal Grants;Quality f Management Principles;Solid and Hazardous I Pratt & Whitney/United Technologies Corporation, Palm ,F`` Waste Assessment and Remediation;Water/ 1 Beach County, Florida (2006 - current): Senior Project Wastewater; Brownfields Program; Risk i Engineer providing technical and regulatory assistance for 1 - Assessment;Water and Wastewater Treatment ; permitting and remediation projects under the Resource Years of Experience i Conservation and Recovery Act(RCRA)and industrial treatment With URS: 11 I With Others:23 I processes. Activities include overseeing site assessment and i remediation activities at several contaminated areas on the Education - . property, and design/construct an industrial wastewater pre- MS/1980/Thermal&Environmental Engineering/Southern treatment system. This project involves extensive regulatory Illinois University,Carbondale oversight and coordination with the Florida Department of BS/1976/Chemical Engineering/Indian Institute of Technology/ _ _ Environmental Protection (FDEP) including negotiating a Bombay, India I Declaration of Restrictive Covenant for closure of contaminated Registration/Certification ( areas using a Risk Based Corrective Action approach. 1990/Professional Engineer/Florida No.42618 j Mr. Kamath is a senior project engineer with over 34 years of Senior Engineer, City of Coral Gables Incinerator Demolition experience in the environmental and chemical engineering field. Project (2005): Developed work plan and final report after the Prior to joining URS, Mr. Kamath served as the Program completion of the project. The plan include provide a detailed Administrator for Waste Management at the Florida Department environmental monitoring program in and around the work site. of Environmental Protection (FDEP) office in West Palm Beach. Provide regulatory and permitting assistance to the City of Coral Vik is experienced in chemical/hazardous waste assessment Gables during the project. and remediation; petroleum storage tank facilities; solid waste waste-to-energy plants; landfills, and wastewater treatment and Technical and Regulatory Support, Contaminated Site, disposal facilities. Having worked for the State of Florida for Inverness, Florida (2009): Senior Engineer providing technical over 20 years as an engineer and administrator, Mr. Kamath has and regulatory support for contaminated site that was a thorough understanding of state and federal regulations and redeveloped by a big-box retailer under Florida's Brownfields serves as an expert regulatory technical advisor for private and Program. . municipal clients in Palm Beach, Broward, Miami-Dade, and Monroe Counties. Specific examples of his experience are Florida Department of Environmental Protection, Southeast described below. District Office, West Palm Beach, Florida (1983-2003): Served as Waste Management Administrator for the regional Miami-Dade County Aviation Department West End Cargo office with a staff of 30 environmental professionals. Area Groundwater Remediation Project Design, Miami Responsibilities included regulatory oversight of solid waste, International Airport, Miami, Florida (2011-2013): Senior hazardous waste, petroleum storage tanks and waste cleanup Project Engineer directing site assessment and remediation sites. Services included permitting, compliance and design of the WECA pond source removal. Project involved enforcement activities, implementing groundwater monitoring assessment of chlorinated solvents and remedial design, with plans, hazardous waste facilities, and assessment and chemical oxidation, for remediation of solvent contaminated remediation of other waste management facilities in accordance groundwater. with Florida Statutes and regulations. Mr. Kamath was also responsible for regional coordination of CERCLA/Superfund Miami-Dade County Park and Recreation Department: sites located in the South Florida area. Senior Project Engineer for three (3) landfill redevelopment projects (2009 - current): Ives Estates Park, Westwind Lakes City of Hollywood Incinerator Ash Dump, Hollywood, Florida Park and Lakes-by-the-Bay. These projects include providing (2007-2009): Senior Project Manager directing site assessment engineering services for landfill gas management and and re-development alternatives for a former landfill. groundwater remediation of ammonia plume at Ives Estates, Contaminants on the property include metals, petroleum landfill gas management at Westwind Lakes, and providing products and dioxins. The redevelopment strategy requires technical and regulatory assistance for"closure”of an old landfill extensive knowledge of regulatory requirements. The Site will be that is being redeveloped as Lakes-by-the-bay Park. Activities developed using a Risk-Based Corrective Action approach. include designing landfill gas mitigation measures, and 2-12 IntS Vik Kamath, PE Page 2 Project Manager, Broward County Solid Waste and and groundwater models for compliance with permitting Recycling Services, Broward County, Florida (2010 — requirements for a new landfill. Current): Provide geological services for the review and reporting of groundwater data collected on a semi-annual basis Senior Project Engineer, APAC - Medley Plant, Miami-Dade at two landfills as part of FDEP permit requirements. Services County (2003): Development of Stormwater Pollution include reviewing electronic data deliverables (EDDs) through Prevention Plan as part of NPDES permitting requirements. the FDEP Automated Data Processing Tool (ADaPT) Activities included performing detailed site visit to review and application, generating a Semi-Annual Monitoring Reports in evaluate current management practices for various waste 'accordance with Section 62-701.510(9)(a) of the Florida streams and provide recommendations for making changes. Administrative Code (F.A.C.). This report summarizes all hydrogeological water quality parameters and analytical results, Senior Project Manager, Miami-Dade County Aviation sampling and analytical methods. Department Southeast Gate Scrubber Project, Miami International Airport, Miami, Florida (2003-2005): Direct site Senior Project Manager, Collier County Solid Waste assessment of petroleum contaminated area and propose Department, Naples, Collier County, Florida, (2007 — strategy for remediation.. Activities involved installation of Present): Manage solid waste consulting services contract with groundwater monitoring wells and soil borings to determine Collier County. Provide a full suite of services including design, nature and extent of contamination in the soils and groundwater. permitting and regulatory support for Collier County for expansion of solid waste management facilities. Provided design Senior Project Engineer, Redevelopment Project, and construction management support for landfill Residential Community Developer(Confidential Client), Fort mining/reclamation of old solid waste disposal cells. Currently, Myers, Florida (2004 - 2005): Direct site assessment and working on feasibility study for mining of closed lmmokalee remediation strategy for a property that is currently an industrial Landfill.Assisted county for permitting oversight of landfill gas to site but is being proposed for redevelopment to a residential energy project in an environmentally sensitive Cypress Preserve community. The project involves delineation of contaminated area Other projects include a feasibility study for management of areas and developing risk management strategies include soil co-disposal of biosolids with municipal solid waste, a feasibility removal to make the site suitable for residential use. study for deep injection well disposal of landfill leachate, and feasibility study for conversion of fleet to CNG. Holiday Diver, Dania Beach, Florida (2003-2004): Senior Project Engineer overseeing the completion of Phase I and Site Supervisor, Former Homestead Air Force Base, Phase II Environmental Site Assessments of a site contaminated CERCLA Investigations (2010 — Current), South Central with dioxins from a former wood-treating facility on the property. Performance-Based Remediation Contract: Mr. Kamath is Activities included negotiating a restrictive covenant for the currently the Site Supervisor on the FPM/URS Team overseeing property owner to redevelop the Site for commercial/industrial all field assessment and remediation work at 8 Operable Units at use. the Former Homestead AFB in Florida. This is a multi-year contract that includes developing Quality Assurance Project Additional Experience Includes: Plans, directing field work and remediation activities with the ultimate goal of achieving site closure. Contaminants of concern • Miami International Airport Fire Well Capacity Testing include,arsenic, petroleum products and chlorinated solvents. (2013) Senior Environmental Permitting and Regulatory Support • Miami International Airport West End Cargo Building Engineer, Biscayne Landing, LLC, City of North Miami (2008 2064 Assessment and Monitoring(2013-14) — 2010): Senior Engineer directing environmental monitoring of restoration project for impacted mangroves along the eastern • Chapman Field Groundwater Sampling and Ammonia boundary of the former Munisport Landfill that is currently being Background Study(2009-2010) redeveloped as a multi-use development with plans for residential and commercial facilities. • North Dade Landfill Gas Collection System Senior Engineer, Proposed Western Landfill, Palm Beach • Former Wings Aviation (MDAD) Remediation Costs County Solid Waste Authority (2007): Provide permitting Review submitted by Aeroterm(2012-2013) assistance to SWA under a sub-contracting agreement with CDM; assignments include reviewing baseline assessment and monitoring plan for proposed landfill site, reviewing hydrologic 2-13 Keith Stannard URS Environmental and Coastal Permitting Task Leader Areas of Expertise wetland assessments and delineations, upland assessments, Environmental Regulatory Issues protected plant and wildlife surveys and assessments, Habitat Assessment and Impact Federal/State/County agency coordination, environmental Natural Community Mapping I resource permitting, stormwater management permitting, Class Wetlands Delineations&Assessments V Deep Well permitting, obtaining sovereign submerged lands Benthic Resource Assessments f easements, GIS mapping, wetland and T&E species mitigation .- Section 7 Consultation planning and design, permit tracking, erosion control, Environmental Resource Permitting engineering plan reviews, dewatering permitting, water quality NEPA Studies assessments, NEPA studies/re-evaluations, in-house technical Years of Experience and administrative assistance, Essential Fish Habitat With URS: 15 I Keith&Schnars, P.A.: 5 I Ecohtek Intl, Inc.:2 i assessments, and protected plant and wildlife biological Education surveys/assessments. BS/1991/Biological Sciences/State University of New York at Senior Scientist: Environmental Impact Statement, Stony Brook Everglades National Park, National Park Service(URS: 2009- Graduate Studies/1996/Coastal Zone Management & Marines 2011): Tamiami Trail 2 (Enabling Northeast Shark River Slough Biology/NOVA Restoration): Responsible for all tasks associated with the Registration/Certification preparation of an Environmental Impact Statement for 20131Federal Energy Regulatory Commission Certification modifications of sections of the US 41/Tamiami Trail to allow for • 2013/Chamber of Commerce Env. Permitting Summer Sc hool restored water flows from the SFWMD Water Conservation 2013/OSHA 40-Hour Health and Safety Training Areas north of Tamiami Trail to Everglades National Park south 2005/FDEP UMAM j of Tamiami Trail. Tasks include field review, agency 1998/TREEO—T&E Species of Florida coordination, project scoping and public involvement, 1997/Cert.of Appreciation, NOVA Ctr.for Appl. Res. &Develop. ; alternatives development, environmental consequences 1996/USACE Wetlands Delineation Cert.Training assessments, mitigation planning, and preparation of the Draft 1994/FDOT Wetland Evaluation Technique(WET II)Training j and Final EIS documents for submittal to NPS and the U.S. 1992/PADI Rescue Scuba Diver I Congress. Mr. Stannard has over 22 years of experience in conducting and Environmental Task Leader: PD&E Study(EAIFONSI)for SR managing professional ecological investigations required for 968/SW 1st Street Bridge over the Miami River from SW 5th environmental assessment of a wide variety of public and private Avenue to SW 2nd Avenue, Miami, Florida, FDOT, District VI sector projects including linear facilities (roadways, railways, (URS: 2010-2013): Responsible for all fieldwork, environmental pipelines), site development (industrial, residential, mixed-use) analysis for noise, wetland T&E species, air quality and and special-purpose projects (offshore facilities, marinas, dams, contamination impacts associated with several engineering maintenance dredging, basin studies, etc.). He has an in-depth alternatives, documentation preparation (AQTM, CSER, ESBA, knowledge of federal, state and local environmental regulatory WER, NSR, SCEE, EA/FONSI), budget and task tracking and criteria and associated agency procedures in relation to NEPA agency coordination—project included a 0.3-mile bridge corridor and environmental resource permitting. He also has extensive with various bridge replacement/rehab and tunnel design experience with marine and terrestrial wetland ecology; wetland alternatives over the Miami River. and upland mitigation; threatened and endangered species Environmental Task Leader, 1-75 PD&E Study from Miami- conservation protocols and Section 7 consultation. Specific Dade County Line to SR 826 (Palmetto Expressway), Miami- examples of his experience are described below. Dade County, FDOT, District VI (URS: 2007-2013): Manage Experience Within Past Five Years: and direct environmental tasks associated with the performance of a PD&E Study. Tasks include preparation of a WER, ESBA, Project Manager: District-wide Misc. Permitting Services CSER, NSR, AQR, SCEE, and a Categorical Exclusion Type II Consultant (Contracts C-7724, C-8141 and C-9155), FDOT, for submittal to FHWA (including public involvement) for District VI (URS: 2001-Present): URS was awarded three$1.5 proposed roadway improvement and alignment alternatives. million, 5-year contracts to manage and direct environmental Additional tasks include the performance of a Reevaluation permitting activities and other environmental-related studies for document for the Express Lanes build alternative and various large and small-scale FDOT roadway improvement, new environmental permitting through Federal, State and local roadway, bridge replacement/improvement, boat ramp regulatory agencies, which included an in-depth wood stork restoration and tunnel projects throughout Miami-Dade and assessment and wetland mitigation planning. Monroe Counties in Florida. Tasks include conducting seagrass/benthic resource surveys, marine and freshwater 2-14 Keith Stannard Page 2 Environmental Task Leader, Krome Avenue South PD&E coordination including the Florida Park Service, wetland Study (Environmental Impact Statement), FDOT, District VI determinations and functional assessments,T&E flora and fauna (URS: 2004-Present): Task Manager for environmental tasks surveys, environmental permitting, mitigation planning and associated with the performance of a PD&E Study. Tasks design including preparation of construction plans for a 45-acre include preparation of a WER, ESBA, NSR, CSER,AQR, SCEE, marine system incorporating exotic species eradication, grading, a Farmlands Analysis and detailed coordination with Miami- hydrologic improvements (new culverts, water conveyance Dade County Environmentally Endangered Lands (EEL) for channels, etc.), mangrove planting, and tidal pool, mud flat, and proposed impacts to protected rock pineland habitat. Also upland hammock creation for mitigation at Hugh Taylor Birch prepared the Draft EIS and will be preparing the Final EIS and State Park and a 30-acre everglades matrix freshwater slough ROD for FHWA. and marsh system in western Broward County for the Airport- Environmental Task Leader, 1-95 PD&E Study from Oakland wide Expansion Program including the Westside Redevelopment Park Blvd. to Glades Road, Broward and Palm Beach Phase, the Taxi Lot Phase, and the Terminal Access Roadway Counties, FDOT, District IV (URS: 2007-2013): Lead Phase. Currently assisting BCAD with ecological-related tasks environmental tasks associated with the performance of a PD&E including wetland mitigation construction inspections and exotic Study. Tasks include preparation of a WER, ESBS, CSER, species control oversight, threatened and endangered wildlife NSR, AQR, SCEE, and a Categorical Exclusion Type II for surveys and permitting (including burrowing owl relocations), submittal to FHWA (including public involvement) for proposed and environmental permit compliance activities. roadway improvement and alignment alternatives. Senior Scientist, Big Cypress National Preserve Hunting Lead Biologist, Cape Sable Canals Dam Restoration Project, Management Plan I NEPA Environmental Assessment, Everglades National Park, National Park Service(URS: 2008-, Collier/Monroe Counties, National Park Service (URS 2011- 2011): Responsible for preparation of an EA for the restoration 2013): Senior Scientist for environmental tasks associated with of two breached dams in Cape Sable, ENP. Tasks include the preparation of a Hunting Management Plan I NEPA NPS/ENP internal scoping, public and agency Environmental Assessment for the Big Cypress National scoping/consultation, data collection, data analysis, preparation Preserve. Tasks include data review, internal and public of the EA and FONSI, environmental permitting, coastal wetland scoping, CBA, and preparation of an EA for submittal to NPS. mitigation, T&E species (crocodile, manatee, smalltooth sawfish, Project Manager, Calypso U.S. Pipeline — Grand Bahama etc.) surveys/conservation, EFH Assessment, Section 7 ESA Island, Bahamas to Port Everglades, Fort Lauderdale, consultation,water quality, construction oversight, and mitigation Florida (URS 2001-Present): Managed the preliminary design monitoring. and environmental impact assessment/analysis necessary to Various O&M Projects, Florida Gas Transmission Company, apply for and obtain environmental permits for the US portion of (URS 2003-Present): Project Manager for various pipeline- a proposed 90-mile pipeline from Grand Bahama Island to Ft. related operations, capital improvement, maintenance, and Lauderdale. The project included an alternatives analysis relocation projects in Florida: Tasks include environmental evaluating trenching, directional drilling, and tunneling resource- permitting, NPDES and construction dewatering alternatives resulting in an approximate 3-mile mined 10-foot permitting, FERC documentation preparation (Prior Notice and diameter tunnel beneath the nearshore coral reef systems. EA), wetland and upland evaluations, cultural resources Tasks also include the preparation of FERC (NEPA) assessments, contamination assessments and remediation, air environmental documents for the issuance of the CPCN from sampling/monitoring, dewatering sampling/ monitoring, marine FERC. Tasks also included freshwater and marine resource benthic assessments, seagrass mitigation planning and design, surveys/assessments, protected species/habitat surveys/ upland and wetland mitigation and design, mitigation assessments, mitigation design, public/agency workshops, and construction oversight and long-term monitoring, right of way coral relocation monitoring. utility permitting, MOT plans preparation/permitting, hydrostatic Other Relevant Experience: test permitting and emergency response, public involvement Environmental Task Manager, Key Deer HCP and Wildlife (with government officials and private citizens), threatened and Underpasses, Big Pine Key, FDOT, District VI (URS 1999- endangered species surveys, construction oversight/ 2006): Prepared permit applications and obtained a Section inspections, permit compliance, and environmental feasibility 10(a)(1)(B) incidental take permit for the endangered Key deer studies for new potential pipeline routes and compressor station and other protected species. Prepared NEPA documentation locations. and a Habitat Conservation Plan for protected species on Big Senior Scientist, Broward 'County Aviation Department Pine,and No Name Keys in Monroe County, Florida. (BCAD), Fort Lauderdale-Hollywood International Airport Expansion Program (URS 1997-Present): Conducted ecological assessments, extensive regulatory agency 2-15 Valerie Chartier IMS Environmental& Coastal Permitting Support - Areas of Expertise ( tasks associated with the preparation of an Environmental Ecology/Biology, NEPA Evaluations,Wetland Assessment and Finding of No Significant Impact for the Delineations and Functional Assessments, ; restoration of two failed Cape Sable canal dams in Everglades �,. ' Threatened&Endangered Species Surveys ` National Park. Tasks include field review, agency coordination, 7 and Assessments,Wildlife Permitting, internal and public project scoping, and preparation of the EA Environmental Permitting, Mitigation and FONSI for submittal to the NPS. Second stage of the project Monitoring,Scientific and Technical Writing, _ included all aspects associated with successful issuance of all Wetland Mitigation Banking , local, state, and federal environmental permits for the project. Years of Experience i Future tasks include 5 years of mitigation monitoring at the dam With URS:8 1 sites. With University of Florida, Institute of Food and Agricultural 1 Project Biologist, Tamiami Trail Modifications: Next Steps, Sciences, Fort Lauderdale Research and Education Center:2 1 Environmental Impact Statement, Miami-Dade County, Education ` National Park Service (2009-Present): Project biologist for all MBA/2008/Business Administration and Environmental i tasks associated with the preparation of an Environmental Management/Florida Atlantic University Impact Statement for bridging of sections of the Tamiami Trail to BS/2005/Environmental Science Major(Political Science and allow for restored water flows from the SFWMD Water Biology Minors)/University of Miami Conservation Areas north of Tamiami Trail to Everglades Registration/Certification i National Park south of Tamiami Trail.Tasks include field review, URS Certified Project Manager, 2008 I agency coordination, internal and public project scoping, and FDOT ETDM Overview Training, February 2007 1 preparation of the EIS for submittal to the NPS. FDOT PD&E Process Training,April 2007 1 Project Coordinator, Miami-Dade County DERM FDEP Florida Stormwater Erosion and Sedimentation Control • Environmentally Endangered Lands (EEL) Program, Miami- Inspector Certification, Florida,#13501,August 2006 _ Dade County, Miami-Dade County DERM(2006-2008): Project OSHA 40-Hour Health and Safety Training,June_2006;OSHA 1 coordinator for tasks associated the preparation of long-term HAZWOPER Refresher Training I Land Management Plans for all of the EEL parcels located in Office Location ; Miami-Dade County, Florida. Tasks include coordination with 7650 Corporate Center Drive, Suite 400, Miami FL 33126 1 DERM's EEL Program and Miami-Dade County Natural Areas Management, existing data reviews, research, intensive field Ms. Chartier is a URS-certified project manager and has 10 investigations, wildlife surveys, natural community inventories years of experience conducting NEPA projects in Florida, and mapping, and preparation and QA/QC of the land supported by an MBA in Environmental Management. Ms. management plans. Chartier's recent NEPA experience in Florida includes functioning as the deputy project manager and NEPA Environmental Project Manager, Biscayne Landing coordinator/specialist for projects ranging from large-scale Environmental Services, Miami-Dade County, Biscayne transportation projects to critical restoration projects and Landing,LLC (2007-2010): Environmental project manager for controversial recreation projects. Work conducted on these environmental permitting and monitoring activities relating to a projects by Ms. Chartier includes coordinating and running 190-acre master plan community development located in the agency scoping meetings involving multiple federal and state City of North Miami along coastal wetlands. Tasks include agencies; coordinating and running public meetings, including agency coordination, wetland assessment/ delineations, controversial projects; drafting NEPA documents and supporting mitigation monitoring, and status reports as required by permit documentation for all classes of action (EIS/ROD, EA/FONSI, conditions. and CE); coordinating Section 7 consultation for NEPA Environmental Task Manager, 6-inch Miami Beach Lateral documents; managing accelerated schedules; and NEPA Exposed Pipe Cover in Biscayne Bay, Miami-Dade County, document QA/QC to ensure compliance with NEPA, associated Florida Gas Transmission Company, LLC (2006-Present): CEQ implementing regulations, specific agency guidelines, and Biologist for environmental field work and permitting-related other laws and regulations associated with NEPA (e.g., tasks associated with laying concrete pads on 10 exposed Endangered Species Act, Clean Water Act, National Historic segments of existing submerged pipe (segment length varies up Preservation Act). Specific examples of her experience are to over 600 feet) located in the Biscayne Bay Aquatic Preserve, described below. which is also classified as an Outstanding Florida Water. Tasks Project Biologist, Cape Sable Canals Dam Restoration include conducting an intensive 14-day underwater benthic Environmental Assessment and Permitting, Monroe County, resources survey to identify and map (in GIS) submerged National Park Service (2008-present): Project biologist for all resources within 65 feet perpendicular to each exposed segment 2-16 • URS Valerie Chartier Page 2 due to the size of the vessel laying the concrete pads and NEPA Specialist/Coordinator, Krome Avenue South EIS, potential from scour. Results of the survey are being used to FDOT, District VI (URS 2006-Present): NEPA specialist for apply for federal, state, and local agency permits. A seagrass environmental and public involvement tasks associated with the bed restoration project is also being planned and coordinated performance of a PD&E Study for an approximate 10-mile with Biscayne National Park as mitigation for the project segment of Krome Avenue(SR-997/SW 177th Avenue)from SW construction impacts. 296th Street(Avocado Drive)to SW 136th Street(Howard Drive) (While at UF/IFAS) Biologist, Status, Relative Distribution, in the southern portion of unincorporated Miami-Dade County. Abundance, Demographic Structure, and Habitat Relations Documents include preparation of a WER, ESBA, CSER,AQTM, of the American Alligator and the American Crocodile in NSR, a Farmlands Analysis, Section 4(f) de minimis Florida (2004-2006): Field work including survey, capture, and documentation, DEIS, and FEIS. Other tasks include public marking of adult alligators and crocodiles from Florida Bay north involvement activities, agency coordination, field reviews to Loxahatchee National Wildlife Refuge. Field work associated (wetlands, T&E, farmlands), and an extensive cumulative with nesting season, including survey, capture, and marking of impacts analysis. Public hearing for the project was conducted in hatchling alligators and crocodiles. Data collection and analysis December 2013 and the FEIS/ROD document is currently being associated with all field work. Permitting associated with all field prepared. work. Report preparation associated with all aspects of the NEPA Specialist/Coordinator, Krome Avenue North project. Reevaluation, FDOT, District VI (URS 2011-Present): NEPA (While at UF/IFAS) Biologist, Forecasting Responses of the Specialist in charge of coordinating and preparing two separate Endangered American Crocodile (Crocodylus acutus) to Reevaluations of the Krome Avenue North EA/FONSI for Alternatives for Restoration of Greater Everglades submittal to FHWA. Project consists of reconstruction of 22.8 Ecosystems, Integrating Hydrological and Ecological miles of State Road (SR) 997/SW/NW 177th Avenue/Krome Models (2004-2006): Biologist for an interagency project to Avenue, from SW 136th Street/Howard Drive to SR 25/US forecast responses of the endangered American Crocodile to 27/Okeechobee Road in unincorporated Miami-Dade County. A alternatives for restoration of the greater Everglades ecosystem. design change Reevaluation was completed and approved by Project included extensive field studies, research and literature FHWA in 2011; another design change Reevaluation was review, data analysis, GIS mapping, and research presentations completed and approved by FHWA in March 2013. A at various professional meetings and conferences. construction advertisement Reevaluation is currently being conducted. Project Manager, Extra Space Storage (West 84th Street) NEPA Specialist/Coordinator, SR968/SW 1st Street Bridge Permitting, Miami-Dade County, Extra Space Storage, LLC (2007-2008): Project manager for environmental permitting of a PD&E/EA, FDOT, District VI (URS 2011-2013): NEPA wetland parcel to be developed for a self-storage facility in Specialist for a PD&E study for proposed improvements to the Hialeah, Florida. Permitting includes a site evaluation (wetland SR 968/SW 1st Street Bridge over the Miami River from SW 5th delineation and evaluation using W.A.T.E.R.) and preparation Avenue to SW 2nd Avenue, a distance of 0.3 miles, in Miami- and submittal of a Miami-Dade DERM Class IV wetlands permit Dade County. Project documentation included an AQTM, application and SFWMD/USACE environmental resource permit WETM, ESBA, CSER, NSR, and EA. As NEPA Specialist, tasks applications. included QA/QC review of all project documents and preparation of the EA in compliance with the FDOT PD&E Manual and NEPA Specialist/Coordinator, I-95/SR 9 PD&E/CE Type II, NEPA. The EA/FONSI document was approved and signed by FDOT, District IV (URS 2012-2013): NEPA Specialist for a FHWA in December 2013. PD&E study for roadway improvements (express lanes) along NEPA Specialist/Coordinator, SR 826/Palmetto Expressway 13.5 miles of I-95/SR 9 from north of Oakland Park Boulevard Managed Lanes PD&E/CE Type II, FDOT, District VI (URS (SR 816) to south of Glades Road (SR 808) in Broward and 2012-2013): NEPA Specialist for a PD&E study for roadway Palm Beach Counties. Project documentation included an improvements (managed lanes) along SR 826/Palmetto AQTM, WER, ESBA, CSER, NSR, SCEE, and CE Type II. As NEPA Specialist, tasks included QA/QC review of all project Expressway from the SR 836/Dolphin Expressway to SR documents, preparation of the CE Type II in compliance with the 932/NW 103rd Street, a distance of 5.9 miles, in Miami-Dade FDOT PD&E Manual and NEPA, and coordination/QC with PM County. Project documentation included an AQTM,WER, ESBA, and other staff to ensure project was compliant with NEPA and CSER, NSR, and CE Type II. As NEPA Specialist, tasks associated laws and regulations. The CE Type II document was included QA/QC review of all project documents, preparation of approved and signed by FHWA in August 2013. the CE Type II in compliance with the FDOT PD&E Manual and NEPA, and coordination/QC with PM and other staff to ensure FDOT IV PD&E VE (URS 2013-2013): Participated in a VE project was compliant with NEPA and associated laws and workshop for recommendations and improvements to the FDOT regulations. IV PD&E process. 2-17 Michael Breiner URS Environmental&Coastal Permitting Support Areas of Expertise i studies, for proposed dilbit transmission pipeline in Oklahoma Wetland Delineation and Assessment/NEPA Studies(FERC, and Kansas. EIS, EA, PD&E)/Freshwater Wetland Mitigation Monitoring) Biologist: District-wide Misc. Permitting Services Threatened&Endangered(T&E)Species Assessments/ i Protected Species Relocations/Environmental Resource ! Consultant (Contracts C-7724, C-8141 and C-9155), FDOT, District VI (URS: 2001-Present): Assist FDOT with various Permitting/Terrestrial and Aquatic Biology and Impact Analyses ; environmental permitting activities and other environmental- /Taxonomic Investigations, Habitat Assessments, Natural i related studies for various large and small-scale FDOT roadway Community Mapping,Wildlife Permitting and Relocations, improvement, new roadway, bridge replacement/improvement, Coastal&Freshwater Wetland Mitigation Planning and Design, boat ramp restoration and tunnel projects throughout Miami- Mitigation Construction Oversight and Monitoring, Permit Dade and Monroe Counties in Florida. Tasks include conducting Compliance Tracking and Inspections, Erosion Control, seagrass/benthic resource surveys, marine and freshwater Contamination Assessments(ESA) wetland assessments and delineations, upland assessments, Years of Experience __ protected plant and wildlife surveys and assessments, With URS: 33 Federal/State/County agency coordination, environmental Education f resource permitting, wetland and T&E species mitigation AAS/1978/Fish and Wildlife Management / Haywood Technic al; planning and design, NEPA studies/re-evaluations, Essential Institute, North Carolina Fish Habitat assessments, and protected plant and wildlife Office Location biological surveys/assessments. 7650 Corporate Center Drive,Suite 400,Miami, FL 33126 J Lead Biologist, Krome Avenue South PD&E Study (Environmental Impact Statement), FDOT, District VI (URS: Mr. Breiner has 33 years of experience in conducting 2004-Present): Lead biologist for environmental tasks professional ecological studies for private and public sector associated with the performance of a PD&E Study. Tasks clients with over 13 years of specialization in the field of botany. include preparation of a Wetland Evaluation Report, Endangered Technical expertise has been focused on environmental issues Species Biological Assessment report, a Farmlands Analysis relating to small- and large-scale developments and linear and detailed coordination with Miami-Dade County construction projects (roadways, pipelines, etc.) throughout the Environmentally Endangered Lands (EEL) for proposed impacts eastern United States. Technical experience includes wetland to protected rock pineland habitat.Also assisted with preparation delineations and functional analysis, floral and faunal of the EIS for FHWA submittal. assessments, wildlife surveys and relocations, community inventories, mapping, soil and water quality assessments, NEPA Lead Biologist, 1-95 PD&E Study (10-mile Corridor) from documentation, environmental permitting, and mitigation Oakland Park Blvd. to Glades Road, Broward and Palm monitoring. Key projects are described below. Beach Counties, FDOT, District IV (URS: 2007-2013): Lead biologist for environmental field and assessment tasks Lead Biologist, 1-75 PD&E Study (15 Mile Corridor) from associated with the performance of a PD&E Study. Tasks Miami-Dade County Line to SR 826 (Palmetto Expressway), include preparation of a WER, ESBS, CSER, NSR,AQR, SCEE, Miami-Dade County, FDOT, District VI (URS: 2007-2013): and a Categorical Exclusion Type II for submittal to FHWA for Biologist conducting wetland and protected plant and wildlife proposed roadway improvement and alignment alternatives. species/habitat assessments and mapping. Tasks also include preparation of a Wetland Evaluation Report and Endangered Broward County Aviation Department., Airport Expansion Species Biological Assessment report for submittal to FHWA for Program/Westside Development Program, Fort Lauderdale- proposed roadway improvement and alignment alternatives. Hollywood International Airport, Ft. Lauderdale, Florida Additional tasks included preparation of environmental permit (URS 2009—Present): Principal investigator assisting the Airport application packages for submittal to Federal, State and local Expansion Program team and BCAD with ecological-related regulatory agencies, which included an in-depth wood stork tasks including wetland mitigation construction and exotic assessment and wetland mitigation planning. species control oversight, threatened and endangered wildlife surveys and permitting (including burrowing owl relocations) and Principal Investigator, Confidential Client (URS 2012/2013): wetland mitigation compliance activities. Assisted in wetland Biologist conducting wetland assessments and delineations, , mitigation monitoring and maintenance activities to ensure wetland and terrestrial vegetation community investigations and compliance with Federal, State and County environmental mapping, land use mapping, wildlife investigations, habitat permits. assessments for protected plant and animal species of conservation concern (including American burying beetle, Principal Investigator, Florida Gas Transmission Company, spotted skunk, and short-eared owl), and stream morphology (URS 1992-2008): Principal investigator conducting wetland assessments and delineations, mitigation assessments, wetland 2-18 URS Michael Greiner Page 2 and terrestrial vegetation community investigations and issues map using GIS for the entire 18-mile lateral to mapping, land use mapping, wildlife investigations, surveys for preliminarily identify environmental issues prior to conducting the protected plant and animal species of conservation concern smart pig test for possible pipeline anomalies due to the (including gopher tortoise, scrub jay, red-cockaded woodpecker, requirements of the USDOT Office of Pipeline Safety, agency burrowing owl, Audubon's caracara, and American kestrel), coordination, and applying for after-the-fact permits where stream morphology studies, contamination assessments, impacts to environmental resources are unavoidable. environmental resource permitting, and QA/QC for proposed Project Manager, Miami Lateral, Florida Gas Transmission pipeline expansion projects (extensions, looping and laterals) in Company (URS 2006-2006): Project Manager for Florida, Alabama, Mississippi, and Louisiana. Also, performed environmental-related tasks associated with installation of pig gopher tortoise relocations in support of pipeline construction at launcher and receiver facilities along FGT's pipeline in Miami, various locations in Florida and Alabama. Florida. Tasks include conducting wetland and T&E species Principal Investigator, Florida Panther Prey Survey for the assessments, cultural resource assessments, preparation of Everglades Agricultural Area (EAA) Conveyance and FERC clearance letters to USFWS, DCA and SHPO, Regional Treatment(ECART), EAA Compartment B and EAA contamination assessments (Phase I), regulatory agency Compartment C Projects of the Comprehensive Everglades coordination, applying for and obtaining a Class V Dewatering Restoration Program (CERP), Palm Beach County (URS permit through Miami-Dade County DERM, MOT plans 2008-2008): Organized and conducted extensive panther prey preparation with lane closure analysis and permitting through (deer and feral hog) track surveys and reporting for approx. FDOT. Additional tasks include conducting an environmental 16,000 acres in western Palm Beach County in accordance with issues review and an issues map using GIS for the entire lateral U.S. Fish and Wildlife guidelines in connection with the U.S. to preliminarily identify environmental issues prior to conducting Army Corps of Engineers(USACE)404 permit application. the smart pig test for possible pipeline anomalies due to the Project Manager, Turnpike requirements of the USDOT Office of Pipeline Safety, agency SR 91/Florida's Turn ike Mainline coordination,and applying for after-the-fact permits. Relocation Phase II and III, Broward County, Florida Gas Transmission Company (URS 2006-2006): Task Manager for Project Manager, 6-inch Miami Beach Lateral Exposed Pipe environmental-related tasks associated with relocating two Cover in Biscayne Bay, Miami-Dade County, Florida (URS segments of FGT's mainline pipeline along SR 91/Florida's 2006-Present): Biologist responsible to assess marine benthic Turnpike in Broward County, Florida. Tasks include conducting habitats for impacts relating to laying concrete pads on exposed wetland and T&E species assessments, preparation of FERC segments of existing submerged natural gas pipeline located in clearance letters to USFWS, DCA and SHPO, contamination the Biscayne Bay Aquatic Preserve. Tasks include conducting assessments (Phase I), and applying for FDEP ERPs, USACE marine benthic resources survey to identify and map (in GIS) Section 404 Permits, and Broward County Environmental submerged resources. Results of the surveys are used to apply Resource and Dewatering Licenses. for environmental permits and provide suitable mitigation for Senior Biologist, SFWMD Wildlife Survey for STA 5 and STA proposed impacts due to construction activities. Mitigation 6, Palm Beach County (URS 2005-2005): Conducted planning, design and implementation are a part of this project as extensive wildlife surveys and reporting for over 1,100 acres in well. northwest Palm Beach County to assist with the evaluation of the STA 5 and 6 sites for use as Water Treatment Areas as a part of the on-going CERP project. Project Manager, Turkey Point Lateral, Miami, Florida Gas Transmission Company (URS 2006-2006): Task leader for environmental-related tasks associated with installation and operation of pig launcher and receiver facilities along FGT's existing approximate 18-mile pipeline lateral in Miami, Florida. Tasks include conducting wetland and T&E species assessments, cultural resource assessments, preparation of FERC clearance letters to USFWS, DCA and SHPO, contamination assessments (Phase I) regulatory agency coordination, applying for and obtaining a Class V Dewatering permit through Miami-Dade County DERM, trench dewatering discharge sampling and analysis, MOT plans preparation with a lane closure analysis and permitting through FDOT. Additional tasks include conducting an environmental issues review and an 2-19 Isaiah Mosley URS Environmental&Coastal Permitting Support i - �' , Areas of Expertise I Environmental Scientist conducting environmental assessment .. _r - Environmental Resource Permittin , tasks within twent -four tem ora work 9 I y p ry spaces associated with a .� "� ' Environmental Resource Permit Com liance E h drotest of a i eline in central Florida. Tasks included *.* = ¢ Tracking and Inspections,Wetland including T&E species assessments and the identification of .%, •/" Delineations and Assessment, wetland habitats while delineating, classifying and scoring as 1I Mitigation/Monitoring, Biological Sampling, well as assessments for permitting, erosion control, and L -_-. 7-, t,` I`'4 Endangered and Threatened Species construction dewatering permitting. Assessments, Mangrove/Estuarine Ecology, Environmental Scientist, 18-inch Mainline Hydrotest Phases Seagrass Surveys, Interagency and Intra-agency Coordination I II, III, & IV, Florida Gas Transmission Company (URS: 2013- and Meetings 2013): Serving as an Environmental Scientist conducting Years of Experience environmental assessment tasks within four temporary With URS:3 I FDEP:2 workspaces associated with a hydrotest of a pipeline in central Education Florida. Tasks included including T&E species assessments BS/2008/Biology and Chemistry/Florida State University i and the identification of wetland habitats while delineating, Certification classifying and scoring as well as assessments for permitting, 2009/FDEP Reef Identification Training erosion control, and construction dewatering permitting including FDEP Qualified Seagrass Management Inspector contamination remediation systems. OSHA 40 Hour: 102936(2013) i Environmental Manager, Florida Gas Transmission Boating Safety Education: 102936 _ Company (URS: 2012-2012): Mr. Mosley served as a Uniform Mitigation Assessment Method(UMAM)2011 Training contracted Environmental Manager for Florida Gas Transmission SCUBA Certification:801310H3538041856642-US , for all projects within the state of Florida. Services included site Qualified Stormwater Management Inspector:27628 review and determination of permits needed for construction, Office Location and the associated permit application preparation while 7650 Corporate Center Drive, Suite 400,Miami, FL 33126 coordinating with county, city, state, and federal regulatory agencies. Workspace design and coordination with the Florida Mr. Mosley is proficient in performing and assessing ecological Gas engineers for minimization of impacts to environmentally assessments in Florida. He specializes in wetland ecology and sensitive areas. Serve as speaker for Florida Gas at the annual ecological assessments, ranging from the ecological benefits of environmental roundtable conference providing training to the dominant plant species within an assessment area, monoculture field crews from across the state of Florida. assessments in relation to plant maturation rates, and germination dependency analysis. While working for the Florida Environmental Scientist, Florida Gas Transmission Department of Environmental Protection, Mr. Mosley Company (URS: 2013-2013): Mr. Mosley conducted an implemented the Rules and Regulations of the State with evaluation of 19 wetlands throughout central Florida including respect to Environmental Resource Permitting, Compliance, and T&E species assessments and the identification of wetland Enforcement. Mr. Mosley is also a well-rounded scientist habitats while delineating and classifying for regulatory permits capable of assessing aerial vegetation surveys (terrestrial and associated with excavation. aquatic), hydrologic studies, turbidity control measures, wetland Environmental Scientist, MDX SR 924/Gratigny West determinations/delineation, seagrass surveys, benthic Extension Project, Miami-Dade Expressway Authority,(URS: assessments, wetland functional assessments, mitigation design 2010-2013): Biologist for environmental tasks associated with . techniques, exotic species control, plant species identification, the performance of a PD&E Study to extend SR 924/Gratigny compliance assessments, and multiple environmental Parkway to the west in northwestern Miami-Dade County. The techniques to assist in project implementation and compliance. length of the proposed west extension is approximately 4.3 As a State regulator working in the public sectors he had the miles, between SR 826 and the HEFT. The total project length opportunity to participate in the permitting of a wide variety of consisting of all the affected corridors, which includes SR 924, (- transportation, commercial/residential developments, and public 75, NW 138th Street, US 27, and the HEFT is approximately works projects. Other associated capabilities include, but are not 12.5 miles. Tasks included preparation of a WER, ESBA, CSER, limited to, Geographic Information Systems (GIS)/ Global NSR, and AQTM for proposed roadway improvement Positioning System (GPS) interface and mapping, experimental alternatives. Ecological data evaluated included T&E species design and protocol, technical writing, QA/QC of deliverables. assessments and the delineation/assessment of 34 wetland Specific examples of his experience are described below. communities. Environmental Scientist, 20-inch Mainline Hydrotest, Florida Environmental Scientist, 24-inch Miami Mainline Loop, Gas Transmission Company(URS: 2012-2013): Serving as an Florida Gas Transmission Company (URS: 2011-2012): Mr. 2-20 Isaiah Mosley Page 2 Mosley performed construction oversight for groundwater identification for a permit application required seagrass sampling and dewatering associated with a permitting required assessment throughout the Biscayne Bay Aquatic Preserve. contamination remediation. Environmental Scientist, 18-inch Mainline Hydrotest Phase Environmental Scientist, 16-inch Port Everglades Lateral V, Miami-Dade County, Florida Gas Transmission Company relocation, Florida Gas Transmission Company (URS: 2010- (URS: 2010-2011): Mr. Mosley conducted compliance Present): Environmental Scientist conducting contamination inspections throughout the 10.2 mile phase V, 18-inch Florida assessments, sampling per permit conditions for possible Gas Transmission pipeline corridor to ensure compliance with contaminants, compliance tasks associated with the relocation of county, State and federal permit conditions. The conditions were a 1,580-foot segment of pipeline along Eller Drive in Port followed specifically as required in the permits. Dewatering Everglades, Broward County, Florida. Tasks included techniques were monitored and discharge standards were put in contamination assessments and sampling, construction place for all excavation areas requiring surface water or dewatering permitting and hydrostatic testing permitting. groundwater discharge. Erosion techniques were surveyed and Environmental Scientist, Grassy Key Highway construction crew was instructed on design standards put in Improvements, Florida Department of Transportation 6 place by the project specific Erosion and Sediment Control Plan. (URS: 2011-2011): Mr. Mosley conducted twenty-nine wetland Project Manager, Misc. Minor Projects, Florida Gas delineations, functional assessments and uniform mitigation Transmission Company,(URS: 2010-present):Task leader for assessment method surveys while performing multiple habitat various minor pipeline and compressor station projects in assessments to meet permitting requirements for a road Southeast Florida. Tasks include Federal, State and local expansion and mitigation.Assessment was performed to identify agency environmental resource and dewatering permitting, possible impacts to threatened and endangered species within wetland evaluations, cultural resources assessments, ground the project workspace. water and soil sampling and analyses, threatened and Environmental Scientist, 18-inch Mainline Hydrotest Phase endangered species surveys, long-term mitigation monitoring, VI, Miami-Dade County, Florida Gas Transmission Company and environmental feasibility studies for new potential pipeline (URS: 2010-2011): Mr. Mosley conducted compliance routes and compressor station locations. inspections throughout the 11.2 mile phase VI, 18-inch Florida Permit Processor, Florida Department of Environmental Gas Transmission pipeline corridor to ensure compliance with Protection, Southeast District, Okeechobee, Martin, and St. county, State and federal permit conditions. The conditions were Lucie County, FL, (FDEP: 2008-2010) Performed 72 seagrass followed specifically as required in the permits. Dewatering compliance inspections with the FDEP noting possible impacts, techniques were monitored and discharge standards were put in coverage, species, marine life, mean high and mean low water place for all excavation areas requiring surface water or levels. groundwater discharge. Erosion techniques were surveyed and Compliance, Florida Department of Environmental construction crew was instructed how on design standards put in Protection, Southeast District, Okeechobee, FL (FDEP: place by the project specific Erosion and Sediment Control Plan. 2009-2010): Mr. Mosley conducted compliance inspections Environmental Scientist, 12-inch Miami Mainline Loop, along the Florida Gas Transmission Phase VIII pipeline project Florida Gas Transmission Company (URS: 2009-2011): to ensure compliance with State regulations and conditions of Environmental Scientist managing environmental assessment previously issued permits. Compliance surveys included tasks associated with the construction of a new 5-mile segment wetlands, potential impacts to threatened and endangered of pipeline in Miami-Dade County, Florida. Tasks included species within the workspace, and the limits of the permitted wetland evaluations and permitting, erosion control, construction temporary workspaces. The inspections performed ensure dewatering permitting including contamination remediation compliance with conditions within existing permits from various systems for hydrostatic testing. regulatory agencies. Environmental Scientist, Naples Sanitary Landfill Expansion, Collier County (URS: 2011-2011): Mr. Mosley performed permit compliance inspection and survey to verify wetland delineation line for mitigation and environmental resource permitting. Environmental Scientist, Biscayne Bay Matting Project, Miami-Dade County, Florida Gas Transmission Company (URS: 2012-2013): Mr. Mosley served as surface support during seagrass assessments to ensure health and safety standards, data/specimen collection, seagrass species 2-21 • Edward Marks, PG Environmental& Coastal Permitting Support \ Areas of Expertise ' (SWPPP), Spill Prevention Response Plan (Spar Plan), Wetland Project Management; Health and Safety; I and Water body Construction and Mitigation Procedures, Upland AI Remedial System Operations and Erosion Control, Revegetation, and Maintenance Plan,and State giv Maintenance; Geographic Information of Florida Department of Environmental Protection Generic Systems(GIS);AutoCAD; Microstation; E Permit for Stormwater Discharge from Large and Small Spatial Analysis; Database Development; j Construction Activities. Mr. Marks has established a strong Corridor Site Selection Studies;Dive reputation for successfully implementing projects in very remote Safety Officer I and difficult environments. Mr. Marks has extensive field Years of Experience _ experience and competence and is experienced at working in With URS: 13 I With Others:2 extremely isolated and demanding environments. Education j Mr. Marks has been designated as a Site Safety officer since his BS/2001/Geological Sciences/Florida State University ; •career began with the Florida Department of Environmental BS/2001/Environmental Studies/Florida State University I Protection in 2001. He was designated the URS Miami Health Minors: Marine Biology, Botany and Math and Safety Officer in 2010 after displaying leadership in Health Registration/Certification I and Safety related issues through 9 years of project oversight in 2008/Professional Geologist/Florida No.2553 the field with URS. He also was designated the Dive Safety 2008/Stormwater Management Inspector officer for the URS office, one of only two offices nationwide that 2006/Caterpillar Forklift Operator conducts diving surveys both inshore and offshore. Specific 2004/STL 8-hour FDEP Groundwater Sampling Methods ; examples of his experience are described below. 2002/NAUI Nitrox Diver 2001/OSHA 40-hour Hazmat I Project Environmental Scientist, FAA Technical Center Base 1 Wide Remediation, New Jersey 2004-Present: Project 2001/Boat USA Boating Safety Environmental Scientist/ H dro eolo ist providing design, 1995/PADI Open Water Diver y g g p g g ' operational, and oversight assistance with the continued Mr. Marks has over 12 years of experience conducting operation and modification of a detailed multi treatment environmental and ecological investigations for a wide variety of remediation system servicin g an active FAA Technical Center, P ublic and private sector projects. His compliance background Air Force Base, and an active International Airport covering over concentrates in environmental and ecological permitting and 600 acres of protected wildlife management including expansive compliance projects, contamination cleanup/remediation, and wetland areas to meet NJDEP compliance limits for clean water. marine resource surveys throughout eastern United States, from p southeastern Florida and gulf coast region northward to New Project Environmental Scientist, Various O&M Projects, Jersey. He studied coastal geology and environmental studies, Florida Gas Transmission Company, 2003-Present: earning two Bachelor of Science Degrees simultaneously at Environmental Scientist and task leader for various pipeline- Florida State University. He began an internship at The Florida related operations and maintenance, and relocation projects in Department of Environmental Protection / Florida Geological Florida. Tasks include Federal, State and local agency Survey specializing in in coastal geology and groundwater flow environmental resources, NPDES and construction dewatering, characteristics through those geologic environments. Mr. Marks FERC documentation preparation (Prior Notice and EA),wetland worked closely with the Florida Department of Environmental and upland evaluations, right of way utility investigations, Protection, becoming educated with State and Federal threatened and endangered species surveys, mitigation environmental regulations early in his career, developing a monitoring, construction oversight and inspections, construction working knowledge of regulations pertaining to contamination oversight regarding permit compliance, treatment system assessments and remediation as well as ecological surveys and oversight and operation for construction dewatering monitoring permitting. After Joining URS Corporation, he applied his of construction dewatering, and environmental / contamination knowledge of geology and hydrogeology to contamination assessments for potential pipeline routes and compressor assessments and site remediation. Additionally, he applied his station locations. knowledge of biology to the field of ecological assessments, specializing incorporating permit compliance in both terrestrial Project Environmental Scientist, 24-inch Miami Expansion, and marine environments. Mr. Marks has provided oversight and Florida Gas Transmission Company (2010-Present): Lead enforced environmental compliance regulations for many Environmental Scientist for tasks associated with the construction and mitigation projects and is the project team construction of a new 3-mile segment of pipeline in Hialeah, leader and for the underwater surveys conducted by the URS Miami-Dade County, Florida. Tasks included wetland Miami Office. Mr. Marks has experience with the following evaluations and permitting, T&E species reviews, extensive compliance plans: Storm Water Pollution Prevention Plan contamination assessments, subsurface investigations 2-22 • URS Edward Marks, PG Page 2 (geotechnical and contamination-related), erosion control, sheet environmental permits from the USACE, FDEP and Broward pile structural integrity analysis, subsurface investigations County for the U.S. portion of a proposed 90-mile pipeline from (geotechnical and contamination-related), construction Grand Bahama Island, Bahamas to Ft. Lauderdale, Florida. The dewatering permitting to include contamination remediation project included an extensive alternatives analysis evaluating systems design for arsenic and petroleum treatment, hydrostatic trenching, directional drilling, and tunneling alternatives resulting testing permitting, FDOT/Hialeah/Miami-Dade County utility right in an approximate 3-mile mined 10-foot diameter tunnel beneath of way permitting, and maintenance of traffic planning/permitting the nearshore coral reef systems. for construction. Project Environmental Scientist, Compressor Station 22, Project Environmental Scientist, 12-inch Miami Mainline Miami, Florida Gas Transmission Company (2004-2007): Loop, Florida Gas Transmission Company (2009-2011): Project Environmental Scientist and task leader for Environmental Scientist managing environmental assessment environmental assessment and monitoring related tasks tasks associated with the construction of a new 5-mile segment associated with FGT's proposed Compressor Station 22 in of pipeline in close proximity to the Miami-International Airport in Miami, Florida. Tasks include conducting an environmental Miami-Dade County, Florida. Tasks included wetland assessment, contamination assessment and remediation, evaluations and permitting, T&E species reviews, extensive dewatering discharge sampling, trench and frac-tank air quality contamination assessments, subsurface investigations sampling, air sparging dewatering monitoring. (geotechnical and contamination-related), erosion control, sheet pile structural integrity analysis, construction dewatering Project Environmental Scientist, Turkey Point Lateral, permitting to include contamination remediation systems design Miami, Florida Gas Transmission Company (2005-2007): and construction oversight for arsenic, ammonia and petroleum Project Environmental Scientist and field leader for treatment, hydrostatic testing permitting, FDOT/Miami-Dade environmental assessment related tasks associated with County utility right of way permitting, FERC Reporting/Prior installation and operation of pig launcher and receiver facilities Notice filing, and maintenance of traffic planning/permitting for along FGT's existing approximate 18-mile pipeline lateral in construction. Miami, Florida. Project Environmental Scientist, Loop 11, Phase VIII Project Environmental Inspector, Chevron Pipeline, Jean Expansion, Florida Gas Transmission (2010-2011): Lafitte National Historic Park and Preserve, New Orleans Environmental Scientist conducting environmental assessment 2012: Project Environmental Inspector during pipeline and compliance tasks associated with the construction of a new construction activities through the Jean Lafitte National Historic 14-mile segment of pipeline in southeast Miami-Dade County, Park and Preserve. The project consisted of dredging,trenching, Florida. Tasks included contamination assessments, subsurface and horizontal directional drilling through 0.55 miles the investigations (geotechnical and contamination-related), erosion preserve. The project required removal, storage and control, sheet pile structural integrity analysis, construction replacement of the floating vegetation from project corridor so dewatering permitting to include contamination remediation construction of the 24 inch petroleum pipeline could be systems design and construction oversight for ammonia accomplished within the wetlands of the preserve. The treatment,and hydrostatic testing permitting. responsibilities also included monitoring of all work activities within the park to reduce the potential of damage to the park. Project Environmental Scientist, 16-inch Port Everglades Lateral relocation, Florida Gas Transmission Company Project Environmental Scientist, 6-inch Miami Beach Lateral (2009-Present): Environmental Scientist/ Geologist conducting Biscayne Bay, Miami-Dade County, Florida Gas extensive contamination assessments, subsurface investigations Transmission Company (2006-Present): Project (geotechnical and contamination-related), compliance tasks Environmental Scientist and Lead Diver responsible for associated with the relocation of a 1,580-foot segment of environmental-related tasks associated with the placement of pipeline along Eller Drive in Port Everglades, Broward County, concrete mats on 10 exposed segments of existing submerged Florida. Tasks included contamination assessments and pipe (segment length varies up to 600 linear feet) located in the sampling, erosion control, sheet pile structural integrity analysis, Biscayne Bay Aquatic Preserve. Tasks include conducting an construction dewatering permitting and hydrostatic testing intensive 14-day underwater marine benthic resources survey permitting. using SCUBA, applying for and obtaining federal, state and local agency permits, planning and constructing seagrass mitigation Project Environmental Scientist, Calypso U.S. Pipeline — (prop scar restoration), mitigation monitoring, resolving SSL Grand Bahama Island, Bahamas to Port Everglades, Fort issues, preparation of EFH Assessment and a marine species Lauderdale, Florida (2001-2009): Project Environmental Biological Assessment. Scientist for the preliminary assessment and environmental impact analysis necessary to apply for and subsequently modify 2-23 Ashley Matthews URS Environmental&Coastal Permitting Support Areas of Expertise ' public events. She has extensive experience in public relations Wetland Ecology/Biology and Evaluation! and customer service and is capable of handling numerous Studies, Environmental Permitting,' tasks quickly, efficiently and successfully. Having worked in !!, Wetland Delineations and Functional! South Florida for more than seven years, Mrs. Matthews is Assessments, Threatened & Endangered' familiar with the community and with the key stakeholders in city and county government. Her energy, a and +' -' ��,k�., x ;Species Surveys, Seagrass Ecology,� Y 9 gY, knowledge and Estuarine Ecology, Habitat professionalism have proven to add value to any project team. •✓.:� 4 Mapping and Photo-Interpretation,; Specific examples of her experience are described below. Biological Sampling and Characteristics, Environmental Technician, 1-75 Expansion Project, FDOT Public Information and Relations, Scientific and Technical] District VI, (2011-2013): Mrs. Matthews assisted with the Writing, PD&E Studies, In-house Staff Support Services environmental component of the PD&E study which incorporates Years of Experience alternatives for redesigning the interchange at SR 826/Palmetto With URS:4 I and the HEFT. Mrs. Matthews was responsible for coordination With other firms: 1 (Miami-Dade County DRER,formerly DERM) efforts between FDOT District VI and District IV which is Education performing the PD&E to the north, as well as participating in the BA/Environmental Studies/2009/Florida International field efforts for this project, including wetland delineation, endangered species biological assessments, and potential University contamination identification for a project reevaluation. Ms. Judy AA/Arts and Sciences/2006/Miami-Dade College Solaun-Gonzalez(FDOT);305-470-5207 Office Location I Environmental Technician, Florida Gas Transmission 7650 Corporate Center Drive, Suite 400,Miami, FL 33126 Company (FGT) Pipeline Hydrotest, Various South Florida Mrs. Matthews has extensive experience in the marine Locations (2012-2013). Mrs. Matthews serves as a field environment throughout Florida and research experience in the technician and as an assistant public information specialist for Florida Everglades. Mrs. Matthews has participated in Artificial the FGT gas pipeline hydrotest in Miami-Dade County. She Reef construction efforts, monitoring and documentation, biotic supports, develops and distributes project-related collaterals for and abiotic monitoring for beach renourishment studies, water this project. Mrs. Matthews supports the public information quality and biological sampling, coastal fringe seagrass specialist by writing meeting minutes, makes follow-up calls, and composition, manatee protection, distribution and habitat maintains the call log and database. She assists during all public utilization wildlife studies, a storm water detention wetland area meetings and outreach activities. She records and maintains treatment and distribution study in south Miami-Dade County, detailed records of project-related events and activities. She is and mooring placement and marina studies, along with actively responsible for the preparation and documentation of field mapping habitats with Geographic Information Systems (GIS), environmental constraints checklist for each work space location Mrs. Matthews also currently maintains a NAUI Dive Master within Miami-Dade County and West Palm Beach. Her proven Certification. organizational skills, established writing abilities, and detailed In addition to her marine studies she has experience with field assessments ensure the highest level of service. Janice wetland and ecological systems. She has worked on a variety of Taylor, (407) 838-7057 public sector transportation and public works projects which Environmental Technician, C-110 Canal Restoration, FDOT, included environmental permitting, monitoring and, oversight, District VI, Southern Glades, Miami-Dade County, FL (2012- submerged aquatic vegetation studies and essential fish habitat 2013). This project is a mitigation component to a roadway (EFH) surveys. Ashley has assisted with a variety of improvement project proposed for SR 997/ Krome Avenue. Mrs. environmental studies and surveys, project development and Matthews has assisted with the planning and oversight of environmental studies (PD&E), as well as assisted in the mitigation design and has coordinated various meetings permitting of projects. between key stakeholders and multi-regulatory agencies. In Mrs. Matthews is also an enthusiastic communications addition she is responsible for obtaining all relevant permits professional with more than five years of experience. She has required at each phase of project design. Mohammad Shahed- experience working with a variety of publics including grassroots Pervez(FDOT);(305)470-5281 and community organizations, elected and appointed officials, Environmental Technician, Long Key V-Pier Replacement- special interest groups and agencies. She has assisted in the Florida Department of Transportation, District VI, Long Key, planning and execution of public meetings and events and can FL(2012-2013). Mrs. Matthews was tasked to conduct field and manage numerous tasks simultaneously to meet established research efforts pertaining to a benthic resources assessment deadlines. She has assisted in the production of public for a component of environmental resource permitting. Efforts information materials and coordinated a number of private and included field mobilization, dive planning, seagrass survey, 2-24 URS Ashley Matthews Page 2 species identification, species richness, coverage, GPS Present). Mrs. Matthews is currently assisting with the documentation as well as multiply days of SCUBA diving during environmental component of this on-going PD&E study to extend the month of June, 2011. Currently Mrs. Matthews is assisting SR 924/Gratigny Parkway to the west in northwestern Miami- the project manager in the reporting of the findings in a benthic Dade County. The length of the proposed west extension is marine report as well as conducting coordination efforts between approximately 4.3 miles, between SR 826 and the HEFT. The regulatory agencies to obtain environmental permits to allow for total project length consisting of all the affected corridors, which the commencement of project construction. Mohammad includes, SR 924, 1-75, NW 138th Street, US 27, and the HEFT Shahed-Pervez(FDOT);(305)470-5281 is approximately 12.5 miles. Her tasks include a thorough Environmental Technician, SR 823/ NW 57th Avenue/Red evaluation of potential environmental impacts of the various Road, Florida Department of Transportation, District VI, alignment alternatives. Mrs. Matthews assisted as a field Miami-Dade County, FL(2011-Present). Mrs. Matthews led the biologist to conduct sample collection and a draft summary environmental resource permitting effort for the FDOT. Mrs. report for all of the ancillary environmental documents, including, Matthews conducted impact assessments along the project the Endangered Species Biological Assessment Report, Wildlife corridor as a component of environmental resource permitting Evaluation Report, Contamination Summary Evaluation Report, coordination. Mrs. Matthews continues to secure all permits for and Air Quality Evaluation Report. Ms. Mayra Diaz (MDX); 305- this multi phased project in a timely manner. Mohammad 637-3277 Shahed-Pervez(FDOT);(305)470-5281 Field Assistant, Miami-Dade Department of Regulatory and Environmental Impact Reviewer, Florida Department of Economic Resources, Miami-Dade County, FL, (January Transportation, District VI, Miami-Dade County FL (2011- 2010 — July 2010). Mrs. Matthews volunteered under the Present). Mrs. Matthews is the assistant to the project manager Restoration and Enhancement Division of DRER (formally under this Districtwide Contract. Mrs. Matthews is tasked with known as DERM). Involvement included material preparation, performing phase reviews for projects being tracked within field support, water sampling, and data documentation, as well District VI. Mrs. Matthews reviews the plans at 30, 60, 90 and as decontamination of equipment and computer data input for 100% for potential environmental impacts and fatal flaws. Mrs. the following projects: Stormwater Treatment and Distribution Matthews addresses all environmental impacts with the District Area Demonstration (STDA), Artificial Reef Rapid monitoring Environmental Staff and designers (both in face-to-face phase Survey, Beach Renourishment, Biscayne Bay Surface Water review meetings and ERC online. commenting system) to Quality and Biological Monitoring Program, Benthic Reef address the best resolutions and pathway to complete the Monitoring and Quadrant Photography, Mooring Buoy project in a timely manner. Mohammad Shahed-Pervez(FDOT); Deployment and maintenance, Bayrun, monthly water quality (305)470-5281 sampling though out Miami-Dade. Mr. Steve Blair(DRER);305- Environmental Permit Reviewer, Florida Department of 372-6853 Transportation, District VI, Miami-Dade County, FL (2011- Present). In addition to impact review, Mrs. Matthews is also tasked by FDOT as a plans reviewer to evaluate plans at a variety of phases of design. Mrs. Matthews is tasked with evaluating the plans, determining what regulatory agencies have jurisdiction over various projects, and beginning the permitting process by coordinating with FDOT District VI Permitting Staff and project designers. Mohammad Shahed-Pervez (FOOT); (305)470-5281 Environmental Technician, Cape Sable Dam Replacement Environmental Assessment, Department of the Interior — Department of the Interior-National Parks Service, Monroe County, FL (2011-2012). The purpose of this project is to restore the failed dams on the East Cape and Homestead Canals in Cape Sable, Everglades to prevent salt water intrusion into fresh water marshes that are habitat for the threatened American crocodile and various wading birds. Mrs. Matthews assisted with an on-site environmental baseline inspection, which analyzed the final phase of construction and oversaw planting procedures. DeWitt Smith(NPS);305-224-4218 Environmental Technician, MDX Extension Project, Miami- Dade Expressway Authority, Miami-Dade County, FL (2012- 2-25 Damon C. Quesenberry URS Environmental&Coastal Permitting Support Areas of Expertise J task included delineating wetland boundaries and characterizing Geographic Information Systems(GIS); f the existing natural vegetative communities within this area to Mapping;Wetland Delineation and i produce a natural communities map. Assessment;Threatened and Endangered ' Species Assessments;Terrestrial and Aquatic! GIS Specialist, South Florida Water Management District: g_ _Biology;Taxonomic Investigations E Managed and implemented the GIS analysis and mapping effort Years of Experience E for the South Florida Water Management District's (District) Everglades Agricultural Area Compartments B and C Buildout With URS: 10 I With Others:0 Projects. Calculated, documented, and mapped various Education i environmental impacts that are proposed to take place within the BS/2003/Environmental Management/University of Florida 6,400-acre Compartment C parcel located in eastern Hendry Training/Certification County and the 7,800-acre Compartment B parcel located in 2004/OSHA HAZMAT Health&Safety Training i western Palm Beach County. • 38-hour ACOE Wetland Delineation Program Wetland Construction and Restoration 2004 I GIS Specialist, Magellan Midstream Partners, L.P. Performed an Environmental Feasibility Review for a Mr. Quesenberry has over 10 years' experience in conducting proposed Florida petroleum products pipeline alignment professional ecological studies for private and public sector between Orlando International Airport and Port Canaveral: clients. Technical experience includes conducting wetland The various elements of this GIS review were to identify fatal delineations and functional analysis, floral and faunal flaws or major "red flags" associated with the proposed assessments, wildlife surveys, community inventories, GIS alignment. The review included collection of available existing mapping, soil and water quality assessments, NEPA GIS data layers, the identification and analysis of known major documentation, environmental permitting, and mitigation environmental concerns, and brief summaries accompanying monitoring. These projects have involved integrating project each GIS data layer along with corresponding summary data with resource data gathered from multiple sources, tables/graphs. including federal, state, and local agencies. He is technically proficient in the use of GIS programs such as ESRI's ArcEditor GIS Specialist, Citrus Highway, Florida Department of n well and ArcMap as we as other analysis extensions. He is also Transportation, District IV: Provided GIS analysis and proficient in the use of Trimble sub-foot accurate GPS units and mapping effort in support of Multimodal Planning and the accompanying Trimble Pathfinder and Terrasync software. Conceptual Engineering (PACE) studies for the development of Specific examples of his experience are described below. an appropriate corridor concept for the construction/connection of County Road 609 through Martin, St. Lucie and Indian River GIS Specialist, Miami-Dade County Department of Counties(formerly identified as Citrus Highway). Environmental Resource Management: Implemented the GIS analysis and mapping effort for the Miami-Dade County GIS Specialist, CR 811, Florida Department of Department of Environmental Resource Management Transportation, District IV: Provided GIS analysis and Environmentally Endangered Lands (EEL) Program. The effort mapping effort for potential oyster bed impacts for proposed includes identifying Miami-Dade County's best and most roadway improvements to County Road 811 in Broward County, endangered environmental lands for acquisition and FL. management by evaluating the biological characteristics and viability of the resource, the vulnerability of the resource to GIS Specialist, Florida Gas Transmission Company, FL: degradation or destruction, and the feasibility of managing the Managed and implemented the GIS analysis and mapping effort resource to maintain its natural attributes. for seagrass impacts for approximately 1,350 linear feet of the existing Miami Beach lateral pipeline within the submerged limits GIS Specialist, North Roosevelt, Florida Department of of Biscayne Bay in Miami-Dade County, Florida. Transportation, District VI: Provided GIS analysis and mapping effort for mangrove and seagrass impacts for proposed GIS Specialist,Florida Department of transportation,District roadway improvements to North Roosevelt Boulevard in Key VI: Responsible for the development of project location, West,FL. topographic, soil survey, aerial photograph, and various other GIS based maps and figures for permit applications for various GIS Specialist / Environmental Scientist, Miami-Dade large and small-scale FDOT roadway, bridge, and boat ramp County Park and Recreation Department: Performed improvement projects throughout Miami-Dade and Monroe biological field investigation within the northern undeveloped Counties in Florida. portion of Amelia Earhart Park (approximately 45 acres). This 2-26 Carlos F. Garcia, PG UM Task Leader:Contamination Assessment , Areas of Expertise the preparation of a soil sampling and analysis plan, remedial { Project Management;Soil and Groundwater action work plan and quality assurance/quality control plan for -r-:— ' Contamination Assessments; Reasonable f the CERCLA Zone 1 remediation activities. Assurance Reports for Class V Injection Wells; Westar Service Station Contamination Assessment: Served „, Phase I and Phase II Environmental Site i -`' Assessments , as Project Manager for the Site Contamination Assessment of the Westar Service Station in Miami-Dade County, Florida. Years of Experience With URS:32 I With Western Geophysical: 1 Aljoma Lumber, Inc. Metal Assessment: Served as Project Education Manager for arsenic and chromium contamination assessment including document collection, contingency plan preparation and 1979/MST/Biological Sciences/Florida Atlantic University staff training for Aljoma Lumber, Inc., Medley, Florida. 1980/BS/Geology/Florida Atlantic University Petro Processors Hazardous Waste Site Investigation: 1976/Licenciado en Educacion/Mencion Ciencias J Served as Project Manager for a hazardous waste groundwater Biologicas, Universidad CatOlica Andres Bello,Caracas, _ f assessment at a waste petroleum reprocessing plant in Venezuela Pembroke Pines, Florida. Registration/Certification Phase I Environmental Site Assessments: Project Manager 1989/Professional Geologist/FL#853 for a Phase I Environmental Site Assessments at Homestead Mr. Garcia is a Florida-registered Professional Geologist with Park of Commerce, 223 Washington Avenue, 261 Parkway St., over 33 years of experience in the environmental industry. His 111 S.Homestead Blvd.and 43 NE 16th St. expertise includes environmental program management; Environmental Audits: Project Manager completing preparation of Phase I and Phase II site assessments; soil and Environmental Audits for real estate transactions, to determine groundwater petroleum hydrocarbon contamination the presence and extent of potential environmental liabilities assessments; hazardous management; remedial evaluations; prior to acquisition of properties. Included audits on numerous expert witness testimony on groundwater contamination; residential,commercial and industrial sites throughout Florida. industrial and commercial real estate assessments; environmental impacts and permitting issues; natural resources FDOT District VI Reasonable Assurance Reports-S.R.A1A evaluations; geologic investigations and hydrogeologic (Collins Avenue) and Bal Bay Drive, Baker's Haulover Cut., assessments; and Class V stormwater injection wells. He has Bal Harbour: Project Manager and Principal Geologist for the Reasonable Assurance Reports. managed and directed over 150 environmental assessment projects. Specific examples of his experience are described FDOT District VI Reasonable Assurance Reports for; S.R. below. AIA (Collins Avenue) from 7th Street to 15th Street; Miami AIG/DB Trucking: Project Manager for the site assessment Beach: Project Manager and Principal Geologist for the activities for AIG — D&B Trucking accident inside the Women's Reasonable Assurance Report. Correctional Facility parking lot beneath 1-95 in Miami-Dade FDOT District VI Reasonable Assurance Reports for NW County, Florida. A DB Trucking fuel tanker carrying 8,500 42nd Court and NW 20th Street from SW 12th Avenue to SW gallons of unleaded gasoline crashed while transitioning from SR 17th Road, Miami: Project Manager and Principal Geologist for 836 to Interstate 95 in Miami. Site activities included emergency the Reasonable Assurance Report. response assessment and rigorous regulatory coordination. FDOT District VI Reasonable Assurance Report for S.R. 922 USPS Blue Lagoon Post Office: Project Manager for the (NE 123" Street).From NE 18th Avenue to East of N. Bay assessment and remediation of soil and groundwater Shore Drive, Miami: Project Manager and Principal Geologist contamination. This included free product removal, soil and for the Reasonable Assurance Report solid waste removal, remedial system design and FDOT District VI Reasonable Assurance Reports for implementation for the USPS Blue Lagoon Post Office in Miami- Biscayne Boulevard (SR 5) from NE 13th Street to NE 37th Dade County, Florida. Site issues include assessment of Street,Miami:Project Manager and Principal Geologist, contamination by arsenic, lead, chlorinated solvents and petroleum products,together with methane abatement. FDOT District VI Reasonable Assurance Reports for Coral Prudential Real Estate Investors, Anodyne NPL Site Zone 1 Way(SR 972) From SW 12th Avenue to SW 17th Road, Miami: Remediation Activities: Project Manager for the assessment Project Manager and Principal Geologist, and remediation of the former Anodyne aluminum anodizing facility located in North Miami Beach, Florida. Project required 2-27 URS Carlos F. Garcia,PG Page 2 FDOT District VI Reasonable Assurance Reports for Brickell Avenue&SE 12th Street,Miami: Project Manager and Principal Geologist. FDOT District VI Reasonable Assurance Reports for S.R. 907 (63rd Street) and Allison Road, Miami: Project Manager and Principal Geologist. Florida Gas Transmission, LLC, 24-inch Miami Lateral Relocation: Sr. Scientist for the dewatering activities within groundwater contaminated areas, Miami. Florida Gas Transmission, LLC, Loop 11 Contamination Assessment and Dewatering Activities: Principal Investigator and Manager for the contamination assessments and dewatering activities for the construction of the 48-inch Loop 11 pipeline,Miami-Dade County. Florida Gas Transmission, LLC, Port Everglades 16-inch Lateral Relocation: Principal Investigator and Manager for the contamination assessments and dewatering activities for the construction of the 48-inch Loop 11 pipeline, Miami-Dade County. Florida Gas Transmission, LLC, 12-inch Miami and 6-inch Hialeah Lateral Relocation: Principal Investigator and Manager for the contamination assessments and dewatering activities for the construction of the 48-inch Loop 11 pipeline, Miami-Dade County. Florida City Gas, 6-inch Homestead Line Relocation: Project Manager for the contamination assessment and dewatering activities for the relocation of the 6-inch Homestead Line. Litigation Support: • Provided Environmental Litigation support for Petroleum Reimbursement Programs at MIA. • Provided litigation support and depositions during pre-trial hearings for the evaluation of 270 underground storage tank sites in Florida. • Provided litigation support and depositions during pre-trial hearings for the evaluation of groundwater contamination at a bulk fuel distribution terminal in Homestead, Florida. • Provided litigation support and expert witness testimony during the trial for the DNAPL (chlorinated solvent discharges) contamination assessment, for a private client in Florida. • Provided litigation support and depositions during pre-trial hearings regarding the effects of improper waste paint disposal on groundwater quality at a paint/pigment manufacturing facility in Tampa, Florida. 2-28 Babu Madabhushi, PhD Contamination Assessment Support Team _ Areas o f Expertise FL: Conducted the assessment of free product in four separate areas around Concourse F at MIA. Additionally, provided the ~�>�• „ 'Project Management; Project Engineering. , J 9 YP Ara Soil,Groundwater,Sediment,an_d Surface ' refurbishment of a 500-gpm groundwater treatment and soil e Water Sampling;Contamination i vapor extraction system to remove free-product from Concourse Assessment; Risk Based Contamination F at MIA. Asses sment;Analytical Data Interpretation; e s Remedial Action Planning and Design; Pro j ect Engineer, Building 2064, Monitoring Only Plan and Remedial System Implementation; ; Historic Data Compilation,Miami-Dade Aviation Department,artment, Construction within Potentially 1 FL: Implemented a groundwater Monitoring Only for Contaminated Areas; Installation and Removal of ASTs/USTs : Building 2064 (former Aerodex facility). URS demonstrated its Years of Experience ability to efficiently evaluate a significant quantity of historic data, With URS: 14 I With Other Firms:6 as it was necessary to review all the historic Aerodex facility Education analytical data (going back 20 years) and concisely present this data in table form and in graphic image (plume maps). He is PhD/Hazardous Waste Management/West Virginia University currently involved in additional site assessment activities to MS/Wastewater Treatment/Indian Institute of Technology, India determine the potential impacts of free product found during BS/Civil Engineering/Kakatiya University,India FDOT's viaduct construction. Registration/Certification Opa-Locka General Aviation Airport–MDAD Security Clearance` Project Engineer, RAP Mod & NPDES Permitting, System E, Miami International Airport-U.S.Customs Security Clearance NWCA at MIA, Miami-Dade Aviation Department, FL: Project Dr. Madabhushi has over 20 years of experience in conducting Engineer responsible for the Remedial Action Plan Modification and managing environmental engineering related projects. His and NPDES permitting of a 500-gallon per minute capacity technical expertise is in the areas of soil and sediment sampling, groundwater treatment system located in the Northwest Cargo surface water/groundwater sampling, contamination Area at Miami International Airport. The treatment system assessment, impact assessment, contamination screening effluent was to be redirected to a nearby storm-drain, thus the evaluation, remedial investigation and feasibility studies,soil and necessity of the NPDES permit. groundwater remediation, bioremediation, and water / waste water treatment and managing operation and maintenance of Project Engineer, Opa-Locka General Aviation Airport, Site remedial systems. Key projects are described below. 5, Miami-Dade Aviation Department, FL: Conducted a site assessment consisting of soil and groundwater to delineate the Environmental Engineer, Northwest Cargo Area, Miami- extent of arsenic contamination. URS is in the process of Dade Aviation Department, Miami, FL: Involved in delineation structuring a restrictive covenant to address the arsenic in soils of chlorinated solvent contamination in the vicinity of NWCA. and allow for future strategic reuse of this critical property. This involved installation of several deep nested wells to delineation of contamination in various zones of the aquifer. Project Engineer, Opa-Locka General Aviation Airport, Site Multiple wells were installed in the vicinity of the runways, in the 35, Site 50, Site 119, Site 121 and Site 147, Miami-Dade public right of way and in the vicinity of residential areas close to Aviation Department, FL: Involved in proposal preparation for Miami Springs Golf Course. He is currently overseeing the long the additional site assessment required at the five sites listed term groundwater monitoring activities. above. This includes assessment of soil and groundwater contamination and to delineate the extent of arsenic and PAH Environmental Engineer, West End Cargo Area/Aerodex contamination. Pond, Miami-Dade Aviation Department, Miami, FL: Involved in delineation of chlorinated solvent contaminated muck at the Project Engineer, Opa-Locka General Aviation Airport, Site former Aerodex Pond. Various drilling techniques such as sonic 1, Miami-Dade Aviation Department, FL: Conducted a site and direct push drilling were used for delineation. He was assessment consisting of soil and groundwater to delineate free involved in the development of the source (muck) removal plan product plume and dissolved constituents. Furthermore, URS to address the removal and disposal of hazardous waste and the conducted source removal operations to address contaminated • associated groundwater treatment. He is currently overseeing soils.This site received NFA. the Post Remediation Supplemental Site Assessment activities to determine the extent of groundwater impacts. Project Manager, Former Eaker Air Force Base, Arkansas: Project Manager for the Performance Based Remediation Project Engineer, Site Assessment and Free-Product Contract project to obtain unrestricted closure for four sites at Removal, Concourse F, Miami-Dade Aviation Department, this former Air Force Base. The sites are contaminated with 2-29 URS Babu Madabhushi,PhD Page 2 petroleum compounds, LNAPL, chlorinated solvents, and monitoring. Currently, URS is performing the natural attenuation arsenic. Mr. Madabhushi is currently overseeing the Monitoring and methane gas monitoring. • groundwater remediation activities. Other services provided include, innovative remediation enhancements, contaminated Environmental Engineer, Wal-Mart Super Store Brownfields soil removal, groundwater and soil investigations, GIS mapping Site Assessment and Cleanup, Inverness, FL: Project and support, groundwater modeling, and routine regulatory Environmental Engineer for contamination assessment and interaction. construction management activities related to the redevelopment of property into a Wal-Mart Super Store. Currently involved in Task Leader, FAA William J. Hughes Technical Center, interim groundwater remediation strategy for chlorinated Atlantic City, New Jersey: Remediation Engineering Task hydrocarbon contamination and provided oversight of on-site Leader for operation & maintenance of treatment systems for construction and demolition activities. CERCLA Superfund site(approximately 5,000 acres)at Areas B, D, 20A, 29 and Area 41.. Other services provided include, Co-Project Manager, DB Truck Site, Miami-Dade innovative remediation enhancements, contaminated soil Correctional Department, Miami, FL: Served as Co-Project removal, vapor extraction, groundwater and soil investigations, Manager for this facility owned by Miami-Dade Correctional GIS mapping and support, groundwater modeling, and routine Department. This site had a 25,000-gallon gasoline discharged regulatory interaction. to the subsurface due to an auto accident. Mr. Madabhushi has been the project manager for emergency response, Assistant, Project Manager, City of Hollywood North Lake contamination assessment and delineation and quarterly natural Dredge Feasibility Study, Hollywood, FL: Assistant attenuation monitoring. Environmental Engineer for this project that involved providing the full spectrum of dredge design and engineering services Trail Glades Shooting Range, Miami-Dade County Park & necessary to restore the navigational channel and environmental Recreation Department, Miami, FL: Conducted remedial quality of the lake. Services provided included, establishing a investigation for soil and groundwater contaminated with lead sediment bottom profile map, determining the lake silt layer from the spent bullets. Conducted cost benefit analysis between elevations and underlying rock base levels, establishing the various remedial options and the best management practices for most cost effective means of excavation, conducting an lead-contaminated soils and groundwater at shooting ranges. evaluation of the environmental characteristics of the spoil' material. Project Engineer, Flamingo Marina Dredging, National Park Service, Everglades National Park, FL: Project Engineer Project Engineer, C-4 Tamiami Canal Sediment Sampling, responsible for project management of dredging activities related Miami-Dade County, FL: Project Engineer for the canal to the removal of sediment from the marina to allow the Park's sediment sampling that was performed to establish sediment Search and Rescue (SAR) operations and the Park's Law profiles along the C-4 canal and to characterize the canal Enforcement Rangers access to patrol out of Flamingo and sediments prior to dredging, in accordance with DERM and protect the natural resources in Florida Bay. Project activities SFWMD's regulations. included sediment sampling and geophysical testing to evaluate sediment characteristics; development of Sediment Dredging Project Engineer, Secondary Canal Sediment Sampling, Plan and Specifications; establishment of sediment dewatering South Florida Resource Conservation and Development procedures,and water quality monitoring. Council,Inc.,Miami-Dade County,FL: Project Engineer for the sampling and characterization of sediment from approximately Project Engineer, Venevision Studio, Miami Dade Transit 50 secondary canals located in Miami-Dade County. Project Property, Medley, FL: Conducted a site assessment consisting activities consisted of collection of certain canal measurements of soil to delineate the extent of PAH contamination. URS is in as well as sediment samples for analysis for environmental and the process of structuring a restrictive covenant to address the geotechnical parameters. PAHs in soils and allow for future strategic reuse of this critical property. Environmental Engineer,U.S.P.S.Blue Lagoon Post Office— Site Assessment, Remediation and Methane Collection Project Engineer, North Dade Landfill, Fleet Fueling Facility: System, Miami, FL: Environmental Engineer for contamination Conducted a site assessment consisting of soil and groundwater assessment at a USPS facility constructed over a filled-in canal to delineate free product plume and dissolved constituents. where lead was found in the soil above State's cleanup levels. Furthermore, URS determined that all contaminated soil was The work performed included soil and groundwater remediation removed during earlier source removal activities. This site activities and methane gas collection system design and received NFA and SRCO from FDEP. 2-30 Pavel S. Terselich IntS Contamination Assessment Support Team i AN,_ Areas of Expertise Miami International Airport Fire Well Capacity Testing: Staff /� .i,. Contamination Reports; i Scientist for capacity tests of five (5) fire wells at the tank farm ontamination Assessment Re orts;Site ;: Assessment Reports;Sampling and I located at Miami International Airport(MIA). Analytical Testing;Excavation and Drilling; `` Miami International Airport North West Cargo Area Deep ,, - :,� Transportation and Disposal of Hazardous Well Installation and Monitoring:Staff Scientist for preparation --- and Non-Hazardous Materials and Wastes; ° and submittal of a monitoring well sampling plan, installation :: 9 p 9P Remediation;and, Permitting oversight of deep monitoring wells at various depths in order to Years of Experience delineate the deep-zone chlorinated solvent contamination at With URS:8 I With Others:6 f Miami International Airport (MIA). Currently serving as staff Education scientist providing semi-annual groundwater monitoring of select MS/2007/Environmental Science/Florida International University monitoring wells onsite. BS/2000/Mining Engineering/Fundacion Universidad del Area I Andina,Bogota,Colombia,S.A. Miami International Airport West End Cargo Area Building 2064 Assessment: Staff Scientist supporting ongoing Training/Certifications assessment and monitoring activities at Building 2064 in the OSHA 40-Hour HAZWOPER ` West End Cargo Area of Miami International Airport(MIA). 2006/CPR and Standard First Aid Miami International Airport West End Cargo Area Pond 2006/FDEP Erosion and Sedimentation Control � g Opa-Locka General Aviation Airport—MDAD Security Clearance Assessment and Source Removal: Staff Scientist supporting Miami International Airport—U.S.Customs Security Clearance ongoing assessment,source removal and monitoring activities at the West End Cargo Area Pond of Miami International Airport Mr. Terselich is a Senior Environmental Scientist with over 14 (MIA). years of experience performing soil and groundwater contamination assessment, monitoring, and remediation projects MDAD CSX Parcels A-D Assessment: Staff Scientist using a phased Risk Based Corrective Action approach supporting ongoing assessment and monitoring activities for providing cost effective site management and remediation while arsenic and petroleum contaminated soil and groundwater at protecting human health and the environment. Experience in the MDAD CSX site. both conducting field operations and writing technical reports for Venevision Studio Limited Site Assessment: Staff Scientist various types (Petroleum,Arsenic, PAHs) of contaminated high- supporting the delineation of soil contamination at the MDT profile sites in South Florida under strict regulatory controls. property adjacent to Venevision Studios in the vicinity of 7500 Fully bilingual in English and Spanish, comfortable working in NW 72 Avenue in Medley. Assisting with Restrictive Covenant multi-cultural settings creating excellent team relations and and No Further Action with conditions proposal to DERM which communicating clearly and frequently with regulatory agencies, addresses contaminated soils left in place. consultants,and clients.Specific examples of his experience are Chapman Field Groundwater Sampling and Monitoring Well described below. Rehabilitation/Repair and Installation: Staff Scientist Staff Scientist, $3 Million Professional Services Agreement supporting the location and integrity testing of 22 existing with Miami-Dade County DERM: Staff Scientist for projects groundwater monitoring wells located throughout the park; many including hazardous and non-hazardous waste site of which were located within dense vegetation where access investigations, oversight of construction activities, contamination was limited. Assisted in the development of a detailed report assessment plans, remedial action plans, and source removal outlining recommendations for well repair or replacement, in plans. Projects include an Ammonia Background Study for addition to a sampling plan. Subsequently, assisted with the Chapman Field Park, Methane Gas Assessment and groundwater assessment at the park after the monitoring well Management System for Ives Estates Park, Methane Gas rehabilitation. Additionally, supported an ammonia background Monitoring at Westwind Lakes and Gwen Cherry Parks,and Soil study which included the installation of 10 monitoring wells in the Pile Sampling at Westwind Lakes among others. areas not impacted by the site. Currently supporting annual groundwater monitoring onsite. Details regarding select DERM assignments include: Ives Estate Park I Former Ojus Landfill: Staff Scientist Concourse "C" Source Removal Oversight, Reporting and supporting the groundwater and methane gas monitoring at Ives Sampling: Staff Scientist for source removal oversight services Estate Park. Providing emergency response to the methane gas at Concourse"C"at Miami International Airport(MIA). monitors and ongoing monitoring of on-site and off-site well where ammonia impacts have been found. Currently, quarterly monitoring of cluster well installed as part of a pilot test is 2-31 Pavel S. Terselich Page 2 ongoing to determine if active treatment of groundwater is. Environmental Scientist, City of Coral Gables Biltmore Golf needed. Course Assessment and Remediation: As Environmental Westwind Lakes Park O&M and Methane Gas Monitoring: Scientist, implemented an environmental assessment Staff Scientist supporting the design, construction oversight, investigation for soil and groundwater arsenic contamination at startup, operation and maintenance of a passive methane gas the Biltmore Golf Course. Developed a Remediation mitigation system for the recreation center building at the Park. Assessment Plan for the arsenic contamination. Limited Site Assessment for WASD Distribution Yard: Staff Site Inspector, GE Level 1 and Level 2 Environmental Scientist supporting the limited site assessment as part of a Site Assessments: Served as Site Inspector for over 50 properties Rehabilitation Completion Order(SRCO)Rescission Request for located throughout Southeast and Southwest Florida. Mr. the Distribution Yard. The limited assessment consisted of the Terselich conducted regulatory review and interviewed property installation of sampling of one soil boring and one monitoring owners/managers as well as physically inspected the properties well adjacent to the former canopy footer excavation and the and their facilities for potential contamination. preparation and submittal of SRCO request report. Staff Scientist, City of Miami Gardens, Level 1 and Level 2 Additional Relevant Experience Includes: Assessments: Served as Staff Scientist conducting Level 1 and Level 2 Assessments of various properties for the City of Environmental Site Lead, City of Miami, Douglas Park - Miami Gardens. Level 2 Assessments involved the sampling Former Incinerator Ash Landfill Assessment: Currently and testing of soil and groundwater to determine the presence or conducting assessment of soil,groundwater,and methane at the absence of contamination. former ash fill site (Douglas Park) for the City of Miami. Environmental Scientist, C-111 Spreader Canal Phase I/II Responsibilities include the supervision of soil borings, Environmental Site Assessment— Environmental Engineer: trenching, monitoring well and methane probe installation, and Conducted environmental investigation for soil contamination in associated sampling and reporting. 6,770 acres of wetlands and former agricultural land located in Environmental Site Lead,Virginia Key Landfill Assessment: the Southern Everglades in Florida for the SFWMD as part of the Current Field Scientist conducting trenching and monitoring well Comprehensive Everglades Restoration Plan. Other and methane probe installation at the Virginia Key Landfill. environmental assessment projects in natural park areas and P 9 Y P1 p Environmental Engineer, Former Dollar Rent-A-Car Facility former agricultural land include: Frog Pond (500 acres), Belle Meade 750 acres),and Berry Groves(1,000 . Tank Closure Assessment, Monitoring: and Monitorin : Meade(750 ry acres). Developed and implemented remedial action plans for soil and Field Lead Manager, Environmental Impact Assessment for groundwater contamination at a former Dollar service facility at AES La Union Coal Generated Power Plant Ash Landfill, El Fort Lauderdale International Airport including removal of USTs, Salvador: Provided coordination of logistics and supervision of excavation, removal and disposal of soil, groundwater two simultaneous drill rigs and crews for the installation of 8 remediation by air-sparging, and continued groundwater geotechnical soil borings, 25 test pits, 4 groundwater monitoring monitoring. wells and 4 environmental soil borings. Responsibilities included Environmental Scientist, Coral Gables Country Club Fuel soil,surface and groundwater sampling activities associated with Tank Contamination Assessment and Remediation: Served the geotechnical and environmental impact assessment. as Environmental Scientist providing the delineation of Conducted hydrologic conductivity testing of the monitoring wells contamination plume for a diesel leak from a former UST which installed. Also provided support for URS teams conducting included the installation and sampling of soil borings and geotechnical analysis and landfill design, noise and air quality groundwater monitoring wells. Also coordinated and supervised sampling,and ecology/biology assessment. the excavation and source removal of contaminated soil and Sr. Environmental Scientist, Howard Air Force Base,Phase I groundwater. Reports written include Site Assessment and Environmental Site Assessment for London & Regional, Source Removal Reports and Addendums. Panama: Served as Senior Environmental Scientist conducting Environmental Scientist, Coral Gables Stack Incinerator Phase I ESA for the airport area of the former US Howard Air Force Base. The assessment involved Demolition Assessment: Served as Environmental Scientist field observations and providing the assessment of former incinerator facility. The interviews for the entire airport section (308 hectares)consisting assessment included the installation and sampling of soil borings of a runway, taxiways and ramps, jet fueling areas, hangars, and monitoring wells for metals and dioxins/furans which hazardous waste storage, natural areas, fire fighter bum pool resulted from the former incinerator. Also sampling and training area, a shooting range, and terminals among other delineation of a former Oil/Water Separator, source removal and associated buildings and facilities. continued groundwater monitoring. 2-32 Robert C. Lunardini, Jr., PE URS Contamination Assessment Support Areas of Expertise 1 petroleum-contaminated soil using an innovative ion collider Phase I/II Assessment;Sampling and Analytical I technology. Additionally, Mr. Lunardini negotiated a pay-for- Irmrwl Testing; Remedial Implementation; Emergency I performance agreement with the client. Response;Contamination Assessment Plans;Site Soothes Exxon, Greenville, Florida: Prepared a RAP Assessment Plans;Site Assessment Reports; Modification to design a source removal using ORC and Remedial Action Plans; Remedial System biosparging to address petroleum-contaminated soil and Implementations;UST/AST Removal;Soil Excavations; 1 groundwater. Mr. Lunardini negotiated a pay-for-performance Environmental Construction; Operations&Maintenance; i agreement with the client and oversaw the system installation, Excavation/Disposal of Hazardous Materials;and Permitting including O&M services. Years of Experience ( Lake Butler Cluster Sites, Lake Butler, Florida: Prepared a With URS: 18 I With Other Firms:8 RAP Modification to convert an SVE off-gas treatment system Education I from carbon to thermal oxidation. Additionally, Mr. Lunardini MS/1990 I Civil&Environmental Engineering/Mississippi _ I oversaw construction and startup phases, prepared as-built State University drawings and provided O&M services. BS 119881 Civil Engineering/Mississippi State University ; Town N'Country Cleaners,Winter Park, Florida: Prepared a Registration/Certification I RAP to remediate PCE in soil using vapor extraction and natural Professional Engineer/FL#46657 attenuation to address the PCE groundwater plume. Mr. Lunardini is a registered professional engineer with over 26 Site 16, NAS Cecil Field, Jacksonville, Florida: Conducted years of experience in conducting and managing a wide range of RCRA tank closure and CERCLA soil remediation. Mr. Lunardini environmental remediation projects for both public and private successfully coordinated the RCRA and CERCLA programs to sector clients. He has prepared CERCLA and RCRA work implement an interim action. Additionally, he prepared a design plans, prepared remedial investigation/feasibility study reports, package, provided construction oversight, prepared RCRA conducted pilot studies and treatability studies for contaminated closure certification,and CERCLA remedial action report. groundwater remediation sites. Prepared RCRA closure reports, Wal-Mart Supercenter - Remedial System Design, Florida: negotiated several multimillion dollar- environmental remedial Senior Engineer providing remedial system design for projects, prepared remedial construction plans and chlorinated solvent contaminated site redeveloped under specifications for cleanups at hazardous waste and petroleum Florida's Brownfield's Program. Remedial design will consist of sites throughout Florida.Key projects are described below. the injection of HRC at the top of the Floridan aquifer. ABB Service, Inc., Florida: Served as Senior Engineer for the Feasibility Study, W.R. Grace & Co., Ft. Pierce, Florida: development of the RAP to remediate TCE-contaminated soils Evaluated soil and groundwater alternatives for the remediation inside a building. Design activities also included the of a former pesticide and insecticide manufacturing facility. development of an in situ oxidation system using sodium permanganate to remediate the dissolved chlorinated Phillips & Snell, Graceville, Florida: Project Manager groundwater plume. overseeing the implementation of an in situ biological pilot test to biodegrade petroleum contaminants in groundwater. Design Florida Institute of Food and Agricultural Sciences (IFAS): included the injection of microbes in a test cell. After three Served as Senior Engineer for the preparation and months the design achieved over 90% reduction in contaminant implementation of several RAPs for the remediation of pesticide concentrations. contamination at IFAS farms throughout Florida. OU8 Feasibility Study, NAS Cecil Field, Jacksonville, RAP,Shell Country Corners,Tallahassee, Florida: Prepared Florida: Served as Engineer of Record for evaluating a dual phase extraction system for the remediation of petroleum technologies to remediate a TCE and DCE groundwater plume. contamination in the source area. Additionally, Mr. Lunardini Technologies evaluated included enhanced biological, prepared a natural attenuation plan for remediation of MTBE in phytoremediation, in situ air stripping, pump and treat, and the downgradient area. natural attenuation. Adams Drycleaner, Orlando, Florida: Prepared a RAP to Townsend Saw Chain Superfund Site, Columbia, South remediate PCE contaminated soil using vapor extraction and Carolina: Lead Engineer for pilot testing an innovative natural attenuation to address the PCE groundwater plume. Mr. treatment technology: in situ chemical reduction of hexavalent Lunardini oversaw construction and startup activities, prepared gy' chromium using a ferrous sulfate solution. Prepared work plan, as-builts,and provided O&M services. procured equipment,and directed field testing. Saxon Petroleum, Yankeetown, Florida: Prepared a RAP Modification to design on-site treatment of over.1,400 tons of 2-33 Randy L. Whitesell, PE URS Contamination Assessment Support Areas of Expertise i authored hundreds of assessment reports, pilot test feasibility Project Management,Environmental plans and reports, remedial action plans, O&M reports and site Engineering,Civil Engineering,Coastal closure plans. Specific examples of his experience are rin Engineering,Construction Management, described below. Treatment System Design and Implementation, I Remediation, Underground Storage Tanks 1 Senior Engineer I Engineering Manager, Florida Department Management,Site Assessments 1 of Environmental Sites throughout the State of Florida: Years of Experience Providing assessment; assessment data review and With URS: 10 I With Others: 18 management; engineering design; implementation; construction; Education and operation and maintenance of remediation systems; 1990/ME/Ocean Engineering/Florida Atlantic University I oversight and project management of sites throughput Dade 1987/BS/Ocean Engineering/Florida Atlantic University County and the State of Florida. 1979 AA/Daytona Beach Community College Senior Engineer I Engineering Manager, BP Remediation Registration/Certification Management Company, Sites throughout Dade County and Professional Engineer/Florida/No.49036 the State of Florida: Providing engineering design, Professional Engineer I Georgia/No.034395 _ i construction and engineering management and oversight, and Professional Engineer/Tennessee I No.00113497 J operation and maintenance management and oversight for the Mr.Whitesell is a Florida-registered Professional Engineer and a Central and South Florida portfolio for underground storage URS Certified Project Manager with over 28 years of experience tanks site assessment (soil and groundwater), remedial design in the environmental field. He is responsible for the engineering, and construction services at BP service stations management and oversight of AST/UST engineering and located across the state of Florida since 1999. construction for projects throughout Florida. Other responsibilities include providing technical support, principal Design Engineer I Engineering Manager Coastal Mart No. review and guidance to the technical and professional staff. Mr. 683, Florida Department of Environmental Protection Whitesell is experienced in the design, implementation, Funded Cleanup Indian Harbour Beach, Florida: Provided construction,operation and maintenance of remediation systems engineering design and implementation of a large-scale utilizing excavation/source removal, bioremediation, chemical petroleum remediation project that had in excess of 100 air remediation, free product recovery, pump & treat, air sparging, sparging wells. The remediation system installation occurred in soil vapor extraction, and dual phase extraction technologies at conjunction with the removal of the USTs. The new UST failed petroleum and chlorinated solvent impacted sites. and therefore had to be removed and replaced. Mr. Whitesell provided construction oversight and management to reduce the Mr. Whitesell is also experienced in site assessments, amount of impact the installation of the new UST to the assessment data review, analysis and identification of data construction that had already been completed. gaps; remedial planning, design, pilot testing and active remediation for hydrocarbon and hazardous waste projects; Design Engineer/Engineering Manager, BP No.843,Florida specification of remedial equipment/systems and construction Department of Environmental Protection Funded Cleanup scope-of-work; evaluation, selection, procurement, and West Palm Beach, Florida: Provided engineering design and management of subcontractors and vendors; management of implementation of UST and Source removal and open pit air construction contractors, subcontractors, and vendors; sparging. The USTs piping and dispensers were removed from remediation system installation and startup, operation, this site and then air sparging wells were installed penetrating diagnosis/troubleshooting of underperforming systems, the bottom of the excavation. The air sparging system operated performance optimization, effectiveness monitoring and for several weeks removing dissolved hydrocarbons from the reporting, value engineering of existing remediation systems, saturated zone beneath the excavation. status reporting, site conceptual model construction and life cycle forecasting. Mr. Whitesell has also been involved in risk- Design Engineer, BP No. 470, Florida Department of based corrective action plans and negotiations; AST & UST Environmental Protection Funded Cleanup Stuart, Florida: closure and storage system management. Provided engineering design and implementation of UST and Source removal and open pit air sparging. The USTs and the Mr. Whitesell has provided assessment, engineering design, associated piping were cleaned prior to removal.The dispensers implementation, construction, and operation and maintenance of were removed from this site and additional source material was remediation systems in a broad array of heterogeneous and excavated based on previous soil borings. Then air sparging fractured lithologies throughout the State of Florida. He has wells were installed in a large grid penetrating the bottom of the 2-34 URS Randy Whitesell, PE Page 2 excavation. Monitoring wells were installed to monitor the Engineer of Record 1 Design Engineer, BP No. 675, Florida remediation progress.At one point it was determined that the air Department of Environmental Protection Funded Cleanup sparging wells were not deep enough and there were not Miami, Florida: Provided assessment support, data analysis, enough of them to provide adequate remediation based on the pilot testing, engineering design and implementation, operation analytical samples taken from the monitoring wells. Mr.Whitesell and maintenance, and management of an air sparging and soil developed a technique in which to get the air sparging well vapor extraction system where noise reduction was a key installed throughout the 80-foot by 80-foot submerged component as the remediation system compound was next to excavation without having to work in the water. The air sparging the McDonalds drive-through window. Sound enclosures were system operated for several weeks removing dissolved designed and built so as not to impact the operation of the drive- hydrocarbons from the saturated zone beneath the excavation. through window.This site not only contained a McDonalds, but a very busy BP Amoco Service station as well. Mr. Whitesell Design Engineer 1 Engineering Manager, BP No. 146, Florida provided Health and Safety support and traffic plans to minimize Department of Environmental Protection Funded Cleanup the disruption to the two businesses while providing the upmost Sarasota, Florida: Provided engineering design and in worker safety. implementation of UST and Source removal and open pit air sparging. The USTs piping and dispensers were removed from Engineer of Record I Design Engineer,BP No.60193,Florida this site and then air sparging wells were installed penetrating Department of Environmental Protection Funded Cleanup the bottom of the excavation. The air sparging system operated Palmetto Bay, Florida: Provided assessment support, data for several weeks removing dissolved hydrocarbons from the analysis, pilot testing, engineering design and implementation, saturated zone beneath the excavation. operation and maintenance, and management of a large scale air sparge and soil vapor extraction system.The site was located Engineer of Record I Design Engineer,Coastal Mart No.428, in southeast Dade County where the lithology of the site was Florida Department of Environmental Protection Funded such that multiple pilot tests were performed to provide adequate Cleanup Waldo, Florida: Provided engineering design and data for the system design. implementation and construction management and oversight of a large excavation that included the removal of the USTs, sheet Engineer of Record I Design Engineer, BP No. 851, Florida piling, free product recovery and source removal. Upon Department of Environmental Protection Funded Cleanup completion of the excavation chemical remediation was Palmetto Bay, Florida: Provided assessment support, data performed. analysis, pilot testing, engineering design and implementation, operation and maintenance, and management of an air sparge The hydrocarbon impacts were predominately confined to a tight and soil vapor extraction system. Once the site reached Natural clay lens approximately 3 feet below land surface, 8 feet thick, Attenuation Default Concentrations the remediation system was and approximately 5000 square feet lying within the site shut down and the site went into groundwater monitoring. boundaries. Groundwater wasn't encountered until Eventually when it became apparent that natural attenuation was approximately 14 feet below land surface. The clay lens was not going to achieve the site cleanup goal chemical remediation bordered by sands and silty sands on all sides. The USTs were' was performed. The constituents of concern were reduced to located within this clay and it was decided that the most cost Groundwater Concentration Target Levels. effective means of remediation would be to remove the clay and the USTs.This also would allow any hydrocarbon-impacted soils Engineer of Record I Design Engineer, Rafferty's, Florida found within the UST area to be removed as well. The USTs Department of Environmental Protection Funded Cleanup piping, dispensers, and an attendant kiosk were removed and Islamorada, Florida: Provided assessment support, data disposed of. analysis, pilot testing, engineering design and implementation permitting and oversight of a large-scale petroleum remediation The entire clay lens was removed along with the free product.To project that had in excess of 50 air sparging wells. Mr.Whitesell address the hydrocarbon-impacted groundwater beneath the worked with FDEP and the City of Islamorada to expedite clay chemical remediation was performed. Upon completion of cleanup of petroleum contamination that was impacted the the source removal and backfilling, chemicals were injected at underground electrical corridor and the 48-inch waterline that various points below the base of the excavation and supplied drinking water to the keys from Miami. To achieve this approximately 5-foot into the groundwater. goal remediation wells were angled beneath the electrical corridor, the 48—inch waterline, and the Oversees Highway. Project also included: soil and groundwater assessment data Project exceeded $1,500,000 and achieved cleanup goals in review and additional assessment recommendations to optimize less than one year. remediation, remedial action design, preparation of construction drawings and sediment erosion control plan. 2-35 Luis E. Smith, CIH, CIEC, FLAC URS Contamination Assessment Support- Asbestos I Indoor Air Quality , Areas of Expertise Provided recommendations to improve health and safety t 7.* ii;\ Industrial Hygiene;Environmental Health& compliance and reduce work exposures. Safety; Indoor Air Quality; Chinese Drywall] 4 Investigations; Mold Investigations &. Project Manager, Private Aerospace Manufacturer—Miramar _" Remediation; Asbestos Sampling &] FL: Conducted a 3rd party preliminary health and safety audit of t Surveys; Radon Sampling and Mitigation; an aircraft parts warehouse for a potential business acquisition. I ' and,Expert Witness Services Performed a site inspection to review building conditions and Years of Experience work stations. Reviewed various internal regulatory compliance With URS:7 _ , i programs and health and safety programs for comparison with With Others: 18 . regulatory requirements. Education BS/1988/Environmental Science!University of Massachusetts! Industrial Hygiene Projects at Amherst Registration/Certification t Project Manager, Private Waste Management Firm — Fort - j Lauderdale, FL: Conducted a worker exposure study to assess Certified Industrial Hygienist(CIH)#8075 -- I the presence of volatile chemicals generated during incineration Florida Licensed Asbestos Consultant(FLAC)#AX53 Florida Licensed Mold Assessor#MRSA2144 of solid wastes mixed with narcotics and medical wastes. Have Certified Indoor Environmental Consultant(CIEC) - - conducted similar studies for exposure to metals, dusts, noise, Radon Measurement Specialist#R1481 etc.at various other facilities throughout Florida. HAZWOPER 40-hr Supervisor I Project Manager, Private Ceramics Manufacturer—San Juan Luis Smith is a Certified Industrial Hygienist with over 25 years Del Rio, Mexico: Conducted a study to assess worker of industrial hygiene experience. He began his career at URS exposure to respirable crystalline silica among various workers in July, 2007 and is proficient in the comprehensive practice of throughout different stages of production. Provided detailed industrial hygiene including: Indoor air quality (IAQ), radon observation of work procedures and recommended various measurement, lead-based paint,asbestos sampling and building improvements to reduce future exposures. surveys, worker exposure assessment to various chemical hazards, noise surveys, ventilation system testing and evaluation, radiation surveys, etc. Mr. Smith's specializes in the Project Manager, Naval Base, Andros Island Bahamas: IAQ practice including IAQ diagnostics, HVAC and building Conducted facility-wide annual industrial hygiene survey of envelope evaluations, design and management of various hazardous occupations such as aircraft pilots and repair microbiological remediation projects, air sampling for technicians, abrasive blast operators, marine personnel, bioaerosols, and preparation of IAQ management programs. carpentry shop, painters, automotive mechanics, etc. Testing Specific examples of his experience are described below. performed for a variety of chemical and physical hazards, including: heat stress, noise, chemical solvent exposure, silica Health&Safety Projects dust,total and respirable dust,etc. Consultant, Private National Grocery Chain — Deerfield Beach, FL: Assisted with a comprehensive health and safety Project Manager, Private Specialty Construction Products, audit of operations for a regional food distribution warehouse. Pompano Beach, FL: Performed noise dosimetry evaluations Evaluated existing site conditions in the warehouse stock areas on packaging workers and conducted a noise level survey with including cold storage, boxed meats, produce, maintenance octave band analysis throughout the production area.Conducted areas, shipping areas, pest control, etc. Reviewed health and an annual worker exposure assessment at a packaging facility safety logs, internal safety programs, accident and illness for various work place hazards including: total, respirable, and reporting. inhalable dusts, asbestos fibers, welding fumes, Chromium VI, respirable quartz,and carbon monoxide. Project Manager, Private Chemical Packaging Company — Miami FL: Conducted a comprehensive health and safety audit Project Manager,Private Insurance Company,Port of Miami, of operations involving receiving, packaging, and distribution of FL: Conducted noise dosimetry measurements for porters and chlorine products. Reviewed health and safety records and fork lift drivers at the Port of Miami related to a worker's evaluated existing health and safety programs. Conducted compensation claim for work-induced hearing loss. Provided worker exposure monitoring and documented work practices for observation and documentation of job tasks as related to noise various jobs including use of personal protective equipment. exposure. 2-36 URS Luis E. Smith, CIH, CIEC, FLAC Page 2 implosion including testing ambient air quality and indoor air IAQ,Asbestos,Lead, &Radon Projects quality parameters in the surrounding vicinity. Project Manager, Private Orange Juice Manufacturer, Lake Wales, FL: Conducted air quality assessment at an orange Project Manager, Palm Beach County Schools: Served as juice processing facility. The assessment was conducted within the project manager for various mold remediation projects both manufacturing and administrative areas and was triggered involving building envelope deficiencies. Diagnostic studies and in response to odor complaints. oversight of contractor activities was performed. Project Manager, Private Office Building, Tampa, FL: Project Manager, Private Real Estate Investor — Atlanta, Provided project oversight and third party consulting services Georgia: Directed radon testing project and managed the during a sewage backflow that affected the ground floor of a installation of radon mitigation systems in various apartment large high-rise office building/hotel. Advised client regarding units. Prepared specification describing the mitigation systems proper remediation methods and recommended appropriate installation requirements and provided periodic oversight of testing and analytical protocols to be followed for clearance installation work to document compliance with specifications. purposes. Miscellaneous Projects Project Manager, Private Hospital Weston, FL: Performed an Project Manager, Apartment Complex — Miramar, FL: investigation for a suspected outbreak of Legionellosis among Provided testing and consulting services to evaluate the hospital patients. Comprehensive inspection and testing of presence of corrosive gypsum board (Chinese Drywall) at a 28 potential Legionella sources was performed in accordance with building apartment complex. The evaluation included corrosion guidelines from the American Public Health Association and inspection of various metal finishes throughout each unit OSHA. including electrical wiring, air conditioner coils, fire sprinklers, etc. Used X-ray fluorescence (XRF) testing method as a Project Manager, Private Office Building, Sunrise, FL: preliminary screening tool with confirmatory bulk sampling Conducted a comprehensive IAQ investigation in a luxury office performed to assess sulfur content in suspect gypsum boards. building that had received several health complaints from Developed deconstruction specifications to describe health and tenants. Conducted occupant interviews and performed a safety requirements during removal activities and cleaning comprehensive inspection of the building and HVAC system. procedures. The findings of the initial investigation indicated that that the carbon dioxide concentrations exceeded industry guidelines. As Project Manager, Private Gas Manufacturer, Lakeland, FL: a result, a follow up mechanical engineering study was Conducted predevelopment ambient air quality monitoring at an performed to assess the ventilation rates supplied to each air undeveloped 15 acre parcel of land located adjacent to a coal- handler unit. burning power plant. The sampling was conducted to measure the concentration of multiple components of concern related to Project Manager, Private Race Track— Miami, FL: Provided the site development. comprehensive consulting services involving asbestos, mold, and lead-based paint at race track facility scheduled for major renovation. Performed comprehensive inspections and developed specifications for bidding purposes. Provided project management throughout the abatement project and performed testing and inspection services following completion of work. Project Manager, Private Hotel — Bal Harbor, FL: Provided project management of environmental hazards during demolition of two high rise hotel structures including comprehensive pre- demolition asbestos survey, asbestos abatement specifications, and oversight of asbestos abatement and demolition activities. Served as liaison for local regulatory officials and provided technical guidance for unusual work conditions. Also provided consulting and testing services before, during, and after building 2-37 Michael Powell URS Contamination Assessment Support Team ''., !∎•1'' * Areas of Expertise footprint of the excavation, hand digging was required in most of .:- ` Soil,Groundwater and Sediment Sampling; the area to avoid \..; p gr damage to underground structures. This i- ._3 Remediation Systems;Groundwater Treatment project was completed incident-free. k Systems;Soil Vapor Extraction Systems SVE • -( y p y (- )' Miami International Airport West End Cargo Area Building T . tic* Geotechnical Survey; Field Characterization& �4 2064 Assessment: Field Technician supporting ongoing •" Assessment;Landtec Gas Analyzer;Hydrogen assessment and monitoring activities at Building 2064 in the " `i Sulfide Analyzer;Construction Oversight and West End Cargo Area of Miami International Airport(MIA). Observation;and,Source Removal Oversight Years of Experience Miami International Airport West End Cargo Area Pond With URS: 10 I With Others: 1.0 Assessment and Source Removal: Involved as Field Education i Technician for ongoing assessment and overseen the source 1983/St.Thomas University removal and monitoring activities at the West End Cargo Area Pond of Miami International Airport(MIA). Training/Certifications OSHA 40-Hour HAZWOPER f Miami International Airport Concourse C Source Removal: Sampling&Evaluating Asbestos Dust/Cert.#AA03220.1.58202 Acted as Field Technician for recently completed source removal Ahera Asbestos Supervisor/Cert#AA040601 CS02 and monitoring activities at the Concourse C of MIA. Mr. Powell Hands on Electrical Troubleshooting I&II/Florida Water& also acted as County's representative and worked as a liaison Pollution - - between FDEP's consultant and FDEP's contractor that actually Asphalt Paving Level 1 and Level 2 Inspection i performed the field work. Earthwork Level 1 and Level 2 Inspection 1 Miami International Airport Fire Well Capacity Testing: Field Heavy Vehicle/Equipment Operation Certification Technician for capacity tests of five(5)fire wells at the tank farm Nuclear Density Gauge Safety Certified located at Miami International Airport(MIA). Confined Space Certified MDAD CSX Parcels A-D Assessment: Staff CDL Class B with tank and Scientist nd Hazmat Endorsements Opa-Locka General Aviation Airport—MDAD Security Clearance supporting ongoing assessment and monitoring activities for Miami International Airport-U.S.Customs Security Clearance arsenic and petroleum contaminated soil and groundwater at the MDAD CSX site. Mr. Powell has over 20 years of experience in hazardous waste management, construction oversight, RAP implementations, Venevision Studio Limited Site Assessment: Field Technician source removals,and UST/AST removals. He is an experienced supporting the delineation of soil contamination at the MDT heavy equipment operator and has been involved in hundreds of property adjacent to Venevision Studios in the vicinity of 7500 r NW 72 Avenue in Medle . remediation projects throughout Florida. Additionally, he is Y experienced with the installation, o eration and maintenance of Central Bus Facility Oil Water Separator Assessment and various types of groundwater extraction, pump and treat, in-situ Closure: Field Technician that oversaw the assessment, bioremediation product application, dual phase extraction and abandonment and closure of an oil/water separator (OWS). dewatering systems. Specific examples of his experience are Oversaw the clearing and cleaning of the OWS and cutting and described below. capping of inlet and outlet pipes. Soil samples were collected NW Cargo Area — Miami International Airport, Florida: and analyzed and contaminated soil was removed and disposed. Provided the operation and maintenance of the groundwater Limited Site Assessment for WASD Distribution Yard: Field treatment systems A, B, C,D and E in the Northwest Cargo Area Technician supporting the limited site assessment as part of a at MIA. Site Rehabilitation Completion Order (SRCO) Rescission Concourses C, E, F at Miami International Airport— Miami, Request for the Distribution Yard. The limited assessment Florida: Served as Field Technician for the installation of consisted of the installation of sampling of one soil boring and groundwater treatment and soil vapor extraction systems, one monitoring well adjacent to the former canopy footer underground piping, and equipment stockade compounds. Mr. excavation and the preparation and submittal of SRCO request Powell also performed daily O&M activities and quarterly report. groundwater and air sampling. Ives Estate Park I Former Ojus Landfill: Field Technician Opa-Locka General Aviation — Site 1: Field Technician supporting the groundwater and methane gas monitoring at Ives providing oversight of source removal activities, confirmatory soil Estate Park. Mr. Powell is responsible for providing emergency sampling and analysis, and restoration of the remediated area response to the methane gas monitors and ongoing monitoring with clean fill and sod. Due to numerous buried utilities in the of on-site and off-site well where ammonia impacts have been found. Currently, quarterly monitoring of cluster well installed as 2-38 URS . Michael Powell Page 2 part of a pilot test is ongoing to determine if active treatment of Dade County Solid Waste (North Dade Landfill): Mr. Powell groundwater is needed. Mr. Powell's emergency response is was responsible for installation and maintenance of HDPE pipes, highly critical in. successful and uninterrupted operation of the users,valves and sample ports. park. City of Doral — Onsite inspection: Citywide drainage Westwind Lakes Park O&M and Methane Gas Monitoring: improvement and landfill odor monitoring using sophisticated Field Technician supporting the design, construction oversight, hydrogen sulfide monitor. startup, operation and maintenance of a passive methane gas Collier County (Naples Landfill): Supervised reclamation of mitigation system for the recreation center building at the Park. cells 1 and 2,which included daily/weekly reporting. This park poses highly active ecological challenges and health concerns. Mr. Powell is credited with an incident-free record at MacDill Air Force Base — Tampa, Florida: Served as Field this site. Technician for the installation of two soil vapor extraction/ Chapman Field Groundwater Sampling and Monitoring Well remedial systems at MacDill Air Force Base. Rehabilitation/Repair and Installation: Field Technician Homestead Air Force Base—Homestead, Florida: Served as supporting the location and integrity testing of 22 existing Field Technician for the installation of eight soil vapor extraction/ groundwater monitoring wells located throughout the park; many remedial systems. Additionally, Mr. Powell performed quarterly of which were located within dense vegetation where access service air sampling. was limited. Subsequently, Mr. Powell assisted with the Ashland Chemical Miami: Installation and groundwater assessment at the park after the monitoring well operation/maintenance groundwater pump and treat and soil rehabilitation. Additionally, he supported an ammonia vapor extraction remediation system. background study that included installation of 10 monitoring wells in the areas not impacted by the site. Currently, he is in City of Miami Gardens: Site inspector NW 175th Street the process of performing annual groundwater monitoring. drainage improvement. 1-595 Golf Course Lakes, Sediment Sampling Plan, Broward County, Florida: The Florida Department of Transportation (FDOT) conducted a Project Development and Environment (PD&E) Study for proposed improvements to the 1-595 corridor in central Broward County, Florida. The PD&E Study limits extend from the 1 75/Sawgrass Expressway interchange (Mile Post 0.592) west of 136th Avenue to the 1-95 interchange (Mile Post 10.407)for a total project length of approximately 10 miles. Conducted sediment sampling to establish existing sediment quality in lakes at four golf courses prior to lake expansions and introduction of storm water runoff from the improved 1-595 corridor. Other Mechanical and Electrical Projects: Former Pan-Am Hangar,Miami International Airport—Miami, Florida: Groundwater/SVE Installation, Pan Am hangar, Miami International Airport. Miami International Airport: Repair all compromised vaults around airport by replacing hinges, springs, fasteners and additional latches. Underground Piping Installation, Former Pan-Am Building— Miami, Florida: Supervised the underground piping installation for the soil vapor extraction system located in the Pan-Am building at MIA. Lakes By The Bay: Mr. Powell used a D6 (dozer) to clear and grade land for the installation of gas monitoring probes. 2-39 Michael Scinta 1MS Contamination Assessment Support Team � 'Areas of Expertise Construction Manager, FDOT District IV Right-of-Way Construction Inspection Expansion: Construction Manager for the right-of-way Construction Management Project Management expansion program. Project included oversight of field staff during remediation activities, new construction and demolition Technical Operations Management activities;also responsible for direct client interaction. '. Environmental Construction P - -1 Years of Experience Construction Manager, Metro-Dade Transit Authority With URS: 13 I With Other Firms:22 Facilities Construction, FL: Served as the Construction Registration/Certification Manager for the repair and installation of new storm drains at 3 40 Hour HAZMAT 1 Health&Safety—OSHA 29 Metro Dade Transit Authority facilities.. Project included CFRI1910.120(e)(3)(i)—December 2001 complete site parking (asphalt, concrete) restoration and fueling Confined Space Training(OSHA 29CFR 1910.146) system upgrade. Florida Advance Work Zone Traffic Control(ATSSA) Mr. Scinta is a Senior Construction Manager with more than 35 Construction Manager/Senior Inspector, Miami-Dade DERM, years of experience. He has extensive construction knowledge FEMAIDORM, FL: Served as Construction Manager/Senior Inspector for one of and has provided management and oversight for numerous five "Master Consultants" that support transportation, infrastructure, sediment dredging, contaminated Miami-Dade s DERM, managing the design and construction of approximately 30 MM of roadway and drainage infrastructure soil and water treatment systems, soil excavations, seawall restoration, waterway and environmental restoration projects. repairs throughout Miami-Dade County. The scope consisted of Key projects are described below. roadway restoration,resurfacing and reconstruction. WECA Pond, MIA, Source Removal - Oversight of Construction Manager, Supervisor, NW Cargo, MIA, Miami- ' Hazardous Muck Soils (2008-ongoing): Senior Construction Dade Aviation Department, FL: Supervised the Remedial Action Plan Modification Inspector for the source removal of hazardous fication and NPDES permitting of a 500-gallon muck soils from historical dumping in a former canal located at per minute capacity groundwater treatment system located in the Miami International Airport. Provided construction oversight of Northwest Cargo Area at Miami International Airport. The treatment system effluent was to be redirected to a nearby soil excavation, free floating product removal and open hole treatment(air sparging)of contaminated groundwater. storm-drain,thus the necessity of the NPDES permit. Senior Inspector /Construction Manager, Miami-Dade Construction Manager, Former Eastern Airlines Hangar 22, Department of Environmental Resources Management MIA, Miami-Dade Aviation Department, FL: Superintendent overseeing the installation of a $7.6 million-dollar remedial (DERM),FL: Oversees the inspection of contractor performance system at Miami International Airport's, Hanger 22. The project and assists in staffing and utilization of inspecting resources, included the installation of over 900ft of horizontal extraction reviews and approves invoices, reviews and approves as-builts wells and over 3000ft of horizontal soil vapor extraction wells. for Drainage, Street Resurfacing and Reconstruction, Swale Restoration and Canal Dredging activities being performed by Construction Manager, Buildings 39, 40 and 42, MIA Miami Miami-Dade Department of Environmental Resources Dade Aviation Department, FL: Superintendent overseeing Management(DERM). the installation of a $3.2 million-dollar remedial system at Miami Construction Manager, Concourse F, MIA, Miami-Dade International Airport. The project included the installation of a FL: Served as Construction Manager groundwater and soil remediation system to prevent Aviation Department, g contaminants from entering the adjacent Miami Springs well responsible for the refurbishment of a 500-gpm to remove free- field. product from Concourse F at MIA. Senior Construction Manager/Field Inspector, City of Doral Senior Technical Operations Manager, FAA Superfund Site, Atlantic City, New Jersey: Senior Technical Operations Stormwater Engineering Design Improvements, FL: Senior Manager for the start-up and operations of three primary Construction Manager/Field Inspector for the design and remedial systems at an FAA superfund site at the Atlantic City construction administration of 14 projects listed in the City of International Airport in Atlantic City, New Jersey.The subsurface petroleum include etroleum h drocarbons Doral Stormwater Master Plan as critical infrastructure y chlorinated improvements or flooding"hotspots." , solvents, and metals. The remedial activities include pump and treat systems and enhanced bioremediation. 2-40 • ARCHITECT ENGINEER QUALIFICATIONS PART I—CONTRACT SPECIFIC QUALIFICATIONS • A.CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) City of Miami Beach Request for Qualifications for Professional A&E Services in Specialized Categories on an"As-Needed" Basis Group B—Environmental Engineering Services 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER September 19,2014 j RFQ NO.2014-346-YG B.ARCHITECT-ENGINEER POINT OF CONTACT . • 4. NAME AND TITLE Daniel Levy, PG,Vice President/Principal-in-Charge 5. NAME OF FIRM URS Corporation Southern(URS) 6. TELEPHONE NUMBER 7. FAX NUMBER F8. E-MAIL ADDRESS 305-262-7466 305-261-4017 j Dan.Levy @URS.com • C.PROPOSED TEAM: . . - (Com•lete this'section,for the.;rime contractor and all key subcontractors.) (Check) rr cc 2 >zlo°, 9. FIRM NAME I 10.ADDRESS 11. ROLE IN THIS CONTRACT URS Corporation Southern 7650 Corporate Center Drive Overall Contract&Project Management, 1 a ✓j ; Suite 400 General Environmental Engineering, Miami, FL 33126 Environmental and Coastal Permitting, and Contamination Assessment • [X]CHECK IF BRANCH OFFICE URS Corporation Southern 7800 Congress Avenue b. ✓ Suite 200 Asbestos, Indoor Air Quality, Mold, Boca Raton, FL 33487 Remedial Construction I _ CHECK IF BRANCH OFFICE —— URS Corporation Southern 1625 Summit Lake Drive ✓ Suite 200 c Remedial System Design [X]CHECK IF BRANCH OFFICE Tallahassee, FL 32317 j I � I d. [ ]CHECK IF BRANCH OFFICE j I I I j je. [ ]CHECK IF BRANCH OFFICE I i f. [ ]CHECK IF BRANCH OFFICE — j URS RFQ NO.2014-346-YG Group B-Environmental Engineering 2-41 D.ORGANIZATIONAL CHART OF PROPOSED TEAM ®(Attached) era City of Miami Beach Principal-in-Charge Project Manager Regulatory Compliance Vice President Dan Levy, PG Paula Sessions, PG Vivek"Vik" Kamath, PG Environmental & Coastal Contamination Permitting Assessment Task Leader Task Leader Keith Stannard Carlos F. Garcia, PG Support Team Support Team Valerie Chartier Babu Madabhushi, PhD Michael Breiner Edward Marks, PG Isaiah Mosely Pavel Terselich Edward Marks, PG Robert Lunardini, PE Ashley Mathews Randy Whitesell, PE Damon Quesenberry Luis E. Smith, CIH Michael Powell Michael Scinta URS RFQ NO.2014-346-YG Group B-Environmental Engineering 2-42 E.RESUMES OF.KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn•lete one Section E for each ke •erson. • 12. NAME _ j 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Paula Sessions, PG 1 Project Manager/Environmental Specialist i a. To 24 I b. WITH CU R`JRENT FIRM 4 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) i 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S./1984/Geology/University of Texas at Austin 4 Professional Geologist-Florida License No. 1416 40-Hour OSHA Hazardous Waste Site Operations Health and I Safety Training 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms. Sessions is a Florida-registered Professional Geologist and a URS Certified Project Manager with over 24 years of experience in the environmental field. She currently manages our contracts with Miami-Dade County and various other projects with private clients and municipalities. Her responsibilities include interfacing with clients, preparing proposals, managing projects including providing technical } guidance and assembling a team of qualified personnel to fit the client's project needs, maintaining project schedules and budgets, client invoicing and collection, and overseeing a staff of geologists and engineers. Her technical experience includes management of site assessments, tank closure assessments, source removals, methane gas assessments, remedial action design and implementation, and operation and maintenance of long-term remediation systems. Specific examples of her experience are described below. 19.RELEVANT PROJECTS . II (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami City-Wide Outfall Monitoring PROFESSIONAL SERVICES { CONSTRUCTION(lrApplicable) i 2013-2014 i N/A Miami,Florida E �(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager which provided management and oversight of the collection of water quality and sediment samples from 29 locations through-out the City from manholes, outfalls and tributaries for lab analysis in support of the City of Miami's NPDES permit. Two rounds of sampling were conducted,each after main rain events. A final report was submitted to the City including GIS shape files for each sample locations and an overall map showing sample locations with data attached to each location. (1) TITLE AND LOCATION(City and State) _ _(2)YEAR COMPLETED Fern Isle Park Asbestos Survey PROFESSIONAL SERVICES ' CONSTRUCTION(If Applicable) Miami,Florida 2014-2014 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager for the pre-demolition asbestos survey conducted for the City of Miami of their pavilion structures at Fern Isle Park. URS collected samples from roof shingles of the pavilion to identify asbestos-containing materials prior to scheduled demolition.The results were submitted to the City in a report prepared under the direction of a URS Florida Licensed Asbestos Contractor. I(1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Incinerator Stack Environmental Services PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) Coral Gables,Florida 2008-2010 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Ms. Sessions, serving as the Project Manager under the City of Coral Gables General Environmental Services contract, completed extensive environmental services at the Gables Incinerator Stack including the incinerator SAR, Refuse Pit Soil Management and the Oil/Water Separator Closure. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I Central Bus Facility Oil/Water Separator Assessment and Closure for PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade Transit 2011-2012 1 N/A I Miami-Dade County,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager responsible for overseeing the assessment and closure of an oil/water separator(OWS). URS oversaw emptying and cleaning of the OWS and cutting and capping of inlet and outlet pipes.Soil samples around the OWS were collected and analyzed and contaminated soil was removed and disposed. Based on the near vicinity of a loading ramp,the OWS was abandoned in place.A tank closure report was submitted to and approved by DERM and the site received closure with no conditions. i URS 2-43 RFQ No.2014-346-YG • E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com.lete one Section E for each ke •erson. 12. NAME 113. ROLE IN THIS CONTRACT i 14.YEARS EXPERIENCE I a. TOTAL Daniel J. Levy, PG 1 _ Principal-in-Charge I 25 j b. WITH CURRENT FIRM 6 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Graduate Studies/1988/Computer Modeling/FIU Professional Geologist—FL(#1230),TN(#3694),VA(#1108) Graduate Studies/1984/Hydrology/Florida State University Certified Hazardous Materials Manager-Master Level 5446 BS/1984/Geology/Florida State University 40-Hour OSHA Health and Safety Training 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Levy has over 28 years of experience in the environmental industry and specializes in environmental remediation technologies. He is a registered professional Geologist with a strong working knowledge of the State and Federal regulations, including; Compensation and Liability Act/Superfund Amendments and Reauthorization Act (CERCLA/SARA); Resource, Conservation, Recovery Act/Hazardous and Solid Waste Amendments (RCRA/HSWA); Toxic Substance Control Act(TSCA), and Chapter 62-780, FAC requirements. Mr. Levy has managed and directed over 300 remedial projects(over 150 petroleum sites in Florida), ranging from site assessments to implementation large-scale, complex, multi-phase treatment systems and has served as the technical director several complex petroleum cleanups, 1 including the 500,000 gallon fuel spill at the FAA Williams Hughes Technical Center in NJ,the Coastal Oil fuel spill in South Boston and the Snapper Creek Service Station explosion in Miami which forced the evacuation of over 100 residents. His experience includes the research and development of alternative treatment technologies and the design of innovative remediation systems. 19.RELEVANT PROJECTS . I (1) TITLE AND LOCATION(City and State) 2)YEAR COMPLETED City of Coral Gables General Environmental Services PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2007 to 2011 NIA Coral Gables,Florida i (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [x]Check if project performed with current firm Mr.Levy served as the Principal-in-Charge under the City's General Environmental Services contract. Mr.Levy's responsibility was to ensure all the resource requirement of the project were met. Additionally,he provided as-need technical support to the Senior Project Team. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ;Professional Hydrogeologist,FAA Superfund Sites PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Atlantic City,New Jersey ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Responsible for overseeing the operation and maintenance of three primary remedial systems at an FM Superfund Site at Atlantic City International Airport in Atlantic City, New Jersey. The subsurface contaminants include petroleum hydrocarbons, chlorinated solvents,and metals.The remedial activities include pump and treat systems and enhanced bioremediation. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Incinerator Stack Demolition PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) { I Coral Gables,Florida 2003 2004 `(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Served as the Project Director for the demolition of a165-ft tall incinerated stack and associated structures. Due to the presence of various contamination sources(dioxin,asbestos,biological toxics and heavy metals),proximity of the facility to residential homes and entrance roads,demolition work required extensive precautionary measures,air and noise monitoring, public meetings and night time operations to allow use of the adjacent transfer facility during demolition. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED —_ E08-DERM-01: Environmental Cleanup,Compliance and Related Work PROFESSIONAL SERVICES j CONSTRUCTION(If Applicable) 2008-ongoing N/A Miami-Dade County,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Mr. Levy served as a technical advisor under this three year contract which providing environmental assessment and remediation at State reimbursable UST/AST sites within the county. Managed projects including non-hazardous waste site investigations,preparation of Contamination Assessment Reports, Natural Attenuation and alternative treatment strategies, implementations, construction drawings preparations,and operation&maintenance of oil and groundwater remediation systems. uRs RFQ No.2014-346-YG 2-44 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com.lete one Section E for each ke •erson. 12. NAME i 13. ROLE IN THIS CONTRACT ■ 14.YEARS EXPERIENCE Vivek"Vik" Kamath, PE I Regulatory Compliance/Quality Control ' TOTAL 33 1 b. WITH CURRENT FIRM 11 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) j 1980/MS/Thermal&Environmental Engineering/Southern Illinois Professional Engineer/Florida#42618 University,Carbondale OSHA 29 CFR 1926 Field/Construction Safety Training,URS 1976/BS/Chemical Engineering/Indian Institute of Technology, Corporation Cert.No.03-315/2006 Bombay,India i- 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Kamath is a senior project engineer with over 34 years of experience in the environmental and chemical engineering field. Prior to joining URS, Mr. Kamath served as the Program Administrator for Waste Management at the Florida Department of Environmental Protection (FDEP)office in West Palm Beach. Vik is experienced in chemical/hazardous waste assessment and remediation; petroleum storage tank facilities;solid waste waste-to-energy plants;landfills,and wastewater treatment and disposal facilities. Having worked for the State of Florida for over 20 years as an engineer and administrator, Mr. Kamath has a thorough understanding of state and federal regulations and serves as an expert regulatory technical advisor for private and municipal clients in Palm Beach, Broward, Miami-Dade, and Monroe Counties. 19..RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Regulatory Support at the North Dade Landfill,Miami-Dade County PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) DERM 2007 i N/A North Miami,Florida I (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Served as Senior Engineer providing in-house technical and regulatory support for repairing and re-installing the active landfill gas collection system for the East Cell.The landfill gas extraction system at the landfill consisted of a network of approximately 59 vertical gas recovery wells that are connected to a central flare.This system is permitted by the FDEP and USEPA.Cost:$500,000 (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED Regulatory Support at the South Dade Landfill,Miami-Dade Water and PROFESSIONAL SERVICES I CONSTRUCTION(if Applicable) Sewer Department _ 2008 N/A Miami,Florida I (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [XN Check if project performed with current firm Served as Senior Engineer providing technical,permitting and regulatory support for a new landfill gas pipeline to transport landfill gas from the South Dade Landfill to Miami-Dade County's South District Wastewater Treatment Plant.Consulting services to be provided include preliminary site investigation,permitting,assistance in preparing contract documents,developing design and technical specs. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pratt&Whitney/United Technologies Corporation PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) i Palm Beach County,Florida 2006-current I N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I [X]Check if project performed with current firm Senior Project Engineer providing technical and regulatory assistance for permitting and remediation projects under the Resource Conservation and Recovery Act (RCRA). Activities include overseeing site assessment and remediation activities at several contaminated areas on the property.This project involves extensive engineering,regulatory oversight and coordination with the Florida Department of Environmental Protection(FDEP).Cost:$1.0M (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Hollywood Incinerator Ash Dump PROFESSIONAL SERVICES i CONSTRUCTION(If Applicable) Hollywood,Florida 2007-2009 1 NIA d. ! (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Senior Project Manager directed site assessment and re-development alternatives for a former landfill. Contaminants on the property included metals, petroleum products and dioxins. The redevelopment strategy required extensive knowledge of regulatory requirements.The Site will be developed using a Risk-Based Corrective Action approach. 2. uits RFQ No.2014-346-YG 45 E.RESUMES OFKEY PERSONNEL PROPOSED,FOR THIS CONTRACT Coin•lefe one Section E for each ke •erson. 12. NAME 113. ROLE IN THIS CONTRACT i 14.YEARS EXPERIENCE Keith Stannard ' Environmental&Coastal Permitting Task a. TOTAL [ b. WITH CURRENT FIRM -- �` — 22 i 15 Leader 1 � 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/Biological Sciences/1991/SUNY at Stony Brook 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Stannard has over 22 years of experience in conducting and managing professional ecological investigations required for environmental assessment of a wide variety of public and private sector projects including linear facilities(roadways, railways, pipelines), site development (industrial, residential, mixed-use) and special-purpose projects (offshore facilities, marinas, dams, maintenance dredging, basin studies,etc.). He has an in-depth knowledge of federal, state and local environmental regulatory criteria and associated agency procedures in relation to NEPA and environmental resource permitting. He also has extensive experience with marine and terrestrial wetland ecology; wetland and upland mitigation; threatened and endangered species conservation protocols and Section 7 consultation. 19.RELEVANT PROJECTS • (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Key West International Airport Environmental Permitting PROFESSIONAL SERVICES 1 CONSTRUCTION(f Applicable) Monroe County,Florida 2005 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ( [X]Check if project performed with current firm Environmental support for T&E species surveys,seagrass and other benthic resource surveys within the adjacent salt ponds,wetland delineations within the limits of the runway safety area and the proposed on-site mitigation area, regulatory agency coordination, preparation of relevant environmental sections of the Environmental Assessment and assisting with the preparation of federal and state environmental permit applications. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED U.S.Army National Guard Readiness Training Center PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) Miramar,Florida 2007 i NIA i _(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Task Manager responsible for applying for and obtaining environmental,right-of-way and draina a permits from federal,state and local 9 P 9 9 P agencies. Tasks include the performance of a wetland delineation and assessment (including soil and hydrological analysis), and applying for federal, state and county agency environmental permits. Future tasks will include onsite wetland mitigation design, construction oversight,and monitoring. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT Environmental Permitting PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) District VI,Florida 2001 -ongoing ! N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm As a part of two contracts awarded to URS, Mr. Stannard has managed and directed environmental permitting activities and other environmental-related studies for various large and small-scale FDOT roadway improvement, new roadway, bridge replacement I improvement, boat ramp restoration and tunnel projects throughout Miami-Dade and Monroe Counties in Florida. Tasks include: conducting Seagrass/benthic resource surveys, marine and freshwater wetland assessment and delineations, upland assessments, protected plant and wildlife surveys and assessments, Federal/State/County agency coordination, environmental resource permitting, stormwater management permitting, Class V Deep Well permitting, obtaining sovereign submerged lands easements, GIS mapping, wetland and T&E species mitigation planning and design, permit tracking, erosion control, engineering plan reviews, dewatering permitting,water quality assessments, NEPA studies/re-evaluations, in-house technical and administrative assistance, Essential Fish Habitat assessments and protected plant and wildlife biological surveys/assessments. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Fort Lauderdale-Hollywood International Airport PROFESSIONAL SERVICES ( CONSTRUCTION(If Applicable) Broward County,Florida 2007 f NIA (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Environmental Task Leader,Broward County Aviation Department(BCAD).Responsible to assist the Airport Expansion Program team and BCAD with ecological-related tasks including wetland mitigation construction and exotic species control oversight,threatened and endangered wildlife surveys and permitting (including burrowing owl relocations) and environmental permit compliance activities. In addition, responsible for the performance of five years of quarterly mitigation monitoring and maintenance activities (includes contractor management and oversight)to ensure compliance with Federal,State and County environmental permits. mei2-46 RFQ No.2014-346-YG • E.'RESUMES OF KEY PERSONNEL PROPOSED FOR THIS'CONTRACT • ' ' Corrm•lete one Section E for each ke •erson: ' , 12. NAME ; 13. ROLE IN THIS CONTRACT . 14.YEARS EXPERIENCE Valerie Chattier ' Environmental&Coastal Permitting Support ; a. TOTAL :' b. WITH CURRENT FIRM # 10 8 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) ; 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MBA/2008/Business Administration and Environmental I URS Certified Project Manager,2008 Management/Florida Atlantic University ! FDOT ETDM Overview Training,February 2007 BS/2005/Environmental Science Major(Political Science and FDOT PD&E Process Training,April 2007 Biology Minors)/University of Miami FDEP Florida Stormwater Erosion and Sedimentation Control Inspector Certification,Florida,#13501,August 2006 OSHA 40-Hour Health and Safety Training,June 2006;OSHA _ HAZWOPER Refresher Training 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms. Chartier is a URS-certified project manager and has 10 years of experience conducting NEPA projects in Florida, supported by an MBA in Environmental Management. Ms.Chartier's recent NEPA experience in Florida includes functioning as the deputy project manager and NEPA coordinator/specialist for projects ranging from large-scale transportation projects to critical restoration projects and controversial recreation projects. Work conducted on these projects by Ms. Chattier includes coordinating and running agency scoping meetings involving multiple federal and state agencies;coordinating and running public meetings,including controversial projects;drafting NEPA documents and supporting'documentation for all classes of action (EIS/ROD, EA/FONSI, and CE); coordinating Section 7 consultation for NEPA documents; managing accelerated schedules; and NEPA document QA/QC to ensure compliance with NEPA, associated CEQ implementing regulations, specific agency guidelines, and other laws and regulations associated with NEPA (e.g., Endangered Species Act,Clean Water Act,National Historic Preservation Act). 19.RELEVANT PROJECTS ' (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Project Biologist,Cape Sable Canals Dam Restoration Environmental: PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Assessment and Permitting,Monroe County,National Park Service 2009-2011 2011 Monroe County,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ( [X]Check if project performed with current firm Project Biologist for all tasks associated with the preparation of an Environmental Assessment and Finding of No Significant Impact for the restoration of two failed Cape Sable canal dams in Everglades National Park. Tasks include field review, agency coordination, internal and public project scoping, and preparation of the EA and FONSI for submittal to the NPS. Second stage of the project included all aspects associated with successful issuance of all local, state, and federal environmental permits for the project. Future tasks include 5 years of mitigation monitoring at the dam sites. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Project Biologist,Tamiami Trail Modifications: Next Steps, PROFESSIONAL SERVICES f CONSTRUCTION(If Applicable) Environmental Impact Statement,National Par k Service a 2009-present N/A Miami-Dade County,Florida 1 b. ,(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE i [X]Check if project performed with current firm Project biologist for all tasks associated with the preparation of an Environmental Impact Statement for bridging of sections of the Tamiami Trail to allow for restored water flows from the SFWMD Water Conservation Areas north of Tamiami Trail to Everglades National Park south of Tamiami Trail. Tasks include field review, agency coordination, internal and public project scoping, and preparation of the EIS for submittal to the NPS. (1) TITLE AND LOCATION(City and State) �_ (2)YEAR COMPLETED Project Coordinator,Miami-Dade County DERM Environmentally PROFESSIONAL SERVICES j CONSTRUCTION(if Applicable) Endangered Lands(EEL)Program,Miami-Dade County,Miami-Dade 2005-2008 N/A County DERM Miami-Dade County,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project coordinator for tasks associated the preparation of long-term Land Management Plans for all of the EEL parcels located in Miami-Dade County, Florida. Tasks include coordination with DERM's EEL Program and Miami-Dade County Natural Areas Management, existing data reviews, research, intensive field investigations, wildlife surveys, natural community inventories and mapping,and preparation and QA/QC of the land management plans. ups RFQ No.2014-346-YG 2-47 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn•lets one Section E for each ke •erson. 12. NAME 13. ROLE IN THIS CONTRACT F 14.YEARS EXPERIENCE Michael Breiner Environmental&Coastal Permitting Support b. WffH CURRENT FIRM 15. FIRM NAME AND LOCATION(City and State) V �� URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) AAS/Fish and Wildlife Management Coursework/Environmental Science 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Breiner has 33 years of experience in conducting professional ecological studies for private and public sector clients with over 13 years of specialization in the field of botany. Technical expertise has been focused on environmental issues relating to small-and large-scale developments and linear construction projects (roadways, pipelines, etc.) throughout the eastern United States. Technical experience includes wetland delineations and functional analysis, floral and faunal assessments, wildlife surveys and relocations, community inventories,mapping,soil and water quality assessments,NEPA documentation,environmental permitting,and mitigation monitoring. ' 19..RELEVANT PROJECTS V ' (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Key West International Runway Safety Area 2005-2006 NIA Monroe County,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Responsible for conducting T&E species surveys,seagrass and other benthic resource surveys within the adjacent salt ponds,wetland delineations within the limits of the runway safety area and the proposed on-site mitigation area, regulatory agency coordination, preparation of relevant environmental sections of the Environmental Assessment and assisting with the preparation of federal and state environmental permit applications. Tasks also include conducting a Bird Strike Assessment which included extensive wildlife surveys within a 5-mile radius of the island and identification of wildlife attractants and ways to minimize or remove those attractants from airport property. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-75 PD&E Study(15 Mile Corridor)from Miami-Dade County Line to PROFESSIONAL CONSTRUCTION(If Applicable) SR 826(Palmetto Expressway),M iami-Dade C ounty,FDOT,District VI V 2007-2013 ! N/A Miami-Dade County,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Biologist conducting wetland and protected plant and wildlife species/habitat assessments and mapping. Tasks also include preparation of a Wetland Evaluation Report and Endangered Species Biological Assessment report for submittal to FHWA for proposed roadway improvement and alignment alternatives.Additional tasks included preparation of environmental permit application packages for submittal to Federal, State and local regulatory agencies, which included an in-depth wood stork assessment and wetland mitigation planning. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT Environmental Permitting PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) District VI,Florida 2001 -ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm As a part of two contracts awarded to URS, Mr. Breiner has supported environmental permitting activities and other environmental- related studies for various large and small-scale FDOT roadway improvement, new roadway,bridge replacement/improvement, boat ramp restoration and tunnel projects throughout Miami-Dade and Monroe Counties in Florida. Tasks include: conducting Seagrass/benthic resource surveys, marine and freshwater wetland assessment and delineations, upland assessments, protected plant and wildlife surveys and assessments,Federal/State/County agency coordination,environmental resource permitting,stormwater management permitting, Class V Deep Well permitting,obtaining sovereign submerged lands easements, GIS mapping,wetland and T&E species mitigation planning and design, permit tracking, erosion control, engineering plan reviews, dewatering permitting, water quality assessments, NEPA studies/re-evaluations, in-house technical and administrative assistance, Essential Fish Habitat assessments and protected plant and wildlife biological surveys/assessments. uRs 2 RFQ.No.2014-346-YG E.RESUME S OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com•lete one Section E for each ke •erson: 12. NAME . 113. ROLE IN THIS CONTRACT 4 14.YEARS EXPERIENCE I Isaiah Mosley i Environmental&Coastal Permitting Support I a. TOT 5 4 b. WITH CURRENT FIRM 3 FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/2008/Biology and Chemistry/Florida State University 2009/FDEP Reef Identification Training FDEP Qualified Seagrass Management Inspector f OSHA 40 Hour:102936(2013) Boating Safety Education: 102936 Uniform Mitigation Assessment Method(UMAM)2011 Training SCUBA Certification:801310H3538041856642-US Qualified Stormwater Management Inspector:27628 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Mosley is proficient in performing and assessing ecological assessments in Florida. He specializes in wetland ecology and ecological assessments, ranging from the ecological benefits of dominant plant species within an assessment area, monoculture assessments in relation to plant maturation rates, and germination dependency analysis. While working for the Florida Department of Environmental Protection, Mr. Mosley implemented the Rules and Regulations of the State with respect to Environmental Resource Permitting, Compliance,and Enforcement. Mr. Mosley is also a well-rounded scientist capable of assessing aerial vegetation surveys(terrestrial and aquatic), hydrologic studies, turbidity control measures, wetland determinations/delineation, seagrass surveys, benthic assessments, wetland functional assessments, mitigation design techniques, exotic species control, plant species identification, compliance assessments, and multiple environmental techniques to assist in project implementation and compliance.As a State regulator working in the public sectors he had the opportunity to participate in the permitting of a wide variety of transportation, commercial/residential developments, and public works projects. Other associated capabilities include, but are not limited to, Geographic Information Systems (GIS)/Global Positioning System(GPS)interface and mapping,experimental design and protocol,technical writing,QA/QC of deliverables. 19.RELEVANT PROJECTS IF(1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Environmental Scientist,18-inch Mainline Hydrotest Phases 11,111,& PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) IV,Florida Gas Transmission Company 2013-2013 N/A Central Florida (3) BRIEF DESCRIPTION(Brief scope,aze,cost,etc.)AND SPECIFIC ROLE ( [X]Check if project performed with current firm Serving as an Environmental Scientist conducting environmental assessment tasks within four temporary workspaces associated with a hydrotest of a pipeline in central Florida. Tasks included including T&E species assessments and the identification of wetland habitats while delineating,classifying and scoring as well as assessments for permitting,erosion control,and construction dewatering permitting including contamination remediation systems. (1) TITLE AND LOCATION(City and State) �� Y (2)YEAR COMPLETED Environmental Scientist,Naples Sanitary Landfill Expansion PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) Collier County,Florida 2011-2011 I N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Mr. Mosley performed permit compliance inspection and survey to verify wetland delineation line for mitigation and environmental resource permitting. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Environmental Scientist,MDX SR 924/Gratigny West Extension PROFESSIONAL SERVICES ! CONSTRUCTION(If Applicable) Project,Miami-Dade Expressway Authority 2013-2013 N/A Miami-Dade,Florida __ (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Biologist for environmental tasks associated with the performance of a PD&E Study to extend SR 924/Gratigny Parkway to the west in northwestern Miami-Dade County. The length of the proposed west extension is approximately 4.3 miles, between SR 826 and the HEFT.The total project length consisting of all the affected corridors,which includes SR 924, 1-75, NW 138th Street, US 27, and the HEFT is approximately 12.5 miles. Tasks included preparation of a WER, ESBA, CSER, NSR, and AQTM for proposed roadway improvement alternatives. Ecological data evaluated included T&E species assessments and the delineation/assessment of 34 wetland communities. URS2-49 RFQ No.2014-346-YG 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 I Edward Marks, PG Environmental&Coastal Permitting Support . a. TOTAL I b. WITH C13 ENT FIRM 15. FIRM NAME AND LOCATION(City and State) •7 � URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) 1 BS/2001/Geological Sciences/Florida State University 2008/Professional Geologist/Florida No.2553 BS/2001/Environmental Studies/Florida State University j 2008/Stormwater Management Inspector • Minors:Marine Biology,Botany and Math 2006/Caterpillar Forklift Operator 2004/STL 8-hour FDEP Groundwater Sampling Methods 2002/NAUI Nitrox Diver 2001/OSHA 40-hour Hazmat 2001/Boat USA Boating Safety E _ _ 1995/PADI Open Water Diver 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Marks has been designated as a Site Safety officer since his career began with the Florida Department of Environmental Protection in 2001.He was designated the URS Miami Health and Safety Officer in 2010 after displaying leadership in Health and Safety related issues through 9 years of project oversight in the field with URS. He also was designated the Dive Safety officer for the URS office, one of only { two offices nationwide that conducts diving surveys both inshore and offshore. Specific examples of his experience are described below. I _ 19.RELEVANT PROJECTS I( (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FAA Technical Center Base Wide Remediation,New Jersey PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) _ 2004-ongoing I N/A _I 3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Environmental Scientist/Hydrogeologist providing design, operational, and oversight assistance with the continued operation and modification of a detailed multi treatment remediation system servicing an active FAA Technical Center,Air Force Base, and an active International Airport covering over 600 acres of protected wildlife management including expansive wetland areas to meet NJDEP compliance limits for clean water. (1) TITLE AND LOCATION(City and State) l (2)YEAR COMPLETED 6-inch Miami Beach Lateral Biscayne Bay,Florida Gas Transmission PROFESSIONAL SERVICES I CONSTRUCTION at Applicable) I 2006-ongoing I N/A Company I Miami-Dade County,Florida 1 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Project Environmental Scientist and Lead Diver responsible for environmental-related tasks associated with the placement of concrete mats on 10 exposed segments of existing submerged pipe(segment length varies up to 600 linear feet) located in the Biscayne Bay Aquatic Preserve. Tasks include conducting an intensive 14-day underwater marine benthic resources survey using SCUBA,applying for and obtaining federal, state and local agency permits, planning and constructing seagrass mitigation (prop scar restoration), mitigation monitoring,resolving SSL issues,preparation of EFH Assessment and a marine species Biological Assessment. (1) TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED 7 Calypso U.S.Pipeline—Grand Bahama Island,Bahamas to Port PROFESSIONAL SERVICES i CONSTRUCTION Of Applicable) Everglades,Fort Lauderdale,Florida 2001 -2009 1 N/A _ (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Environmental Scientist for the preliminary assessment and environmental impact analysis necessary to apply for and subsequently modify environmental permits from the USACE, FDEP and Broward County for the U.S. portion of a proposed 90-mile pipeline from Grand Bahama Island, Bahamas to Ft. Lauderdale, Florida. The project included an extensive alternatives analysis evaluating trenching, directional drilling, and tunneling alternatives resulting in an approximate 3-mile mined 10-foot diameter tunnel beneath the nearshore coral reef systems. (1) TITLE AND LOCATION(City and_State) (2)YEAR COMPLETED Turkey Point Lateral,Miami,Flo rida Gas Transmission Company PROFESSIONAL SERVICES f CONSTRUCTION(If Applicable) Miami,Florida 2005-2007 N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Environmental Scientist and field leader for environmental assessment related tasks associated with installation and operation of pig launcher and receiver facilities along FGTs existing approximate 18-mile pipeline lateral in Miami,Florida. mu; RFQ No.2014-346-YG 2-50 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT - Cor Bete one Section E for each ke •erson. 12. NAME 13. ROLE IN THIS CONTRACT I 14.YEARS EXPERIENCE + Ashley Matthews Environmental&Coastal Permitting Support ? a. TOTAL b. WITH CURRENT FIRM 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) • 16. EDUCATION(DEGREE AND SPECIALIZATION) i 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA/Environmental Studies/2009/FIU AA/Arts and Sciences/2006/Miami-Dade College 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mrs. Matthews has extensive experience in the marine environment throughout Florida and research experience in the Florida Everglades. She has participated in Artificial Reef construction efforts, monitoring and documentation, biotic and abiotic monitoring for beach renourishment studies, water quality and biological sampling, coastal fringe seagrass composition, manatee protection, distribution and habitat utilization wildlife studies, a storm water detention wetland area treatment and distribution study in south Miami-Dade County,and mooring placement and marina studies, along with actively mapping habitats with Geographic Information Systems(GIS). Mrs. Matthews also currently maintains a NAUI Dive Master Certification. In addition to her marine studies she has experience with wetland and ecological systems. She has worked on a variety of public sector transportation and public works projects which included environmental permitting, monitoring and oversight,submerged aquatic vegetation studies and essential fish habitat(EFH)surveys.Ashley has assisted with a variety of environmental studies and surveys, project development and environmental studies (PD&E), as well as assisted in the permitting of projects. • 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-75 Expansion Project—FDOT District VI PROFESSIONAL SERVICES ' CONSTRUCTION(If Applicable) 2011-2013 i N/A Miami,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm -� Mrs. Matthews assisted with the environmental component of the PD&E study which incorporates altematives for redesigning the interchange at SR 826/Palmetto and the HEFT. Mrs. Matthews was responsible for coordination efforts between FDOT District VI and District IV which is performing the PD&E to the north, as well as participating in the field efforts for this project, including wetland delineation,endangered species biological assessments,and potential contamination identification for a project reevaluation. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Gas Transmission Company(FGT)Pipeline Hydrotest, PROFESSIONAL SERVICES 1 CONSTRUCTION(If Applicable) Various South Florida Locations 2012-2013 E N/A Miami,Florida I (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE `[X]Check if project performed with current firm Mrs. Matthews serves as a field technician and as an assistant public information specialist for the FGT gas pipeline hydrotest in Miami-Dade County. She supports, develops and distributes project-related collaterals for this project. Mrs. Matthews supports the public information specialist by writing meeting minutes, makes follow-up calls, and maintains the call log and database. She assists during all public meetings and outreach activities.She records and maintains detailed records of project-related events and activities. She is responsible for the preparation and documentation of field environmental constraints checklist for each work space location within Miami-Dade County and West Palm Beach. Her proven organizational skills, established writing abilities, and detailed field assessments ensure the highest level of service. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Long Key V-Pier Replacement-Florida Department of Transportation, PROFESSIONAL SERVICES { CONSTRUCTION(if Applicable) District VI 2012-2013 1 N/A Long Key, FL E (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Mrs. Matthews was tasked to conduct field and research efforts pertaining to a benthic resources assessment for a component of environmental resource permitting. Efforts included field mobilization, dive planning, seagrass survey, species identification, species richness, coverage, GPS documentation as well as multiply days of SCUBA diving during the month of June, 2011. Also, Mrs. Matthews assisted the project manager in the reporting of the findings in a benthic marine report as well as conducted coordination efforts between regulatory agencies to obtain environmental permits to allow for the commencement of project construction 2-51 L'S RFQ No.2014-346-YG E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn•lete one Section E for each ke •erson. 12. NAME 1 13. ROLE IN THIS CONTRACT i 14.YEARS EXPERIENCE I Damon Quesenberry Environmental&Coastal Permitting Support a.TOTAL i b. WITH CURRENT FIRM 10 10 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/2003/Environmental Management/University of Florida OSHA HAZMAT Health&Safety Training 2004 38 Hour ACOE Wetland Delineation Program 2004 e I Wetland Construction and Restoration 2004 Florida Stormwater Erosion and Sedimentation Control Inspector Certification,2008 8 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) I Mr. Quesenberry has over 10 years' experience in conducting professional ecological studies for private and public sector clients. Technical experience includes conducting wetland delineations and functional analysis, floral and faunal assessments, wildlife surveys, community inventories, GIS mapping,soil and water quality assessments, NEPA documentation,environmental permitting, and mitigation monitoring. These projects have involved integrating project data with resource data gathered from multiple sources, including federal, state, and local agencies. He is technically proficient in the use of GIS programs such as ESRI's ArcEditor and ArcMap as well as other analysis extensions. He is also proficient in the use of Trimble sub-foot accurate GPS units and the accompanying Trimble Pathfinder and Terrasync software. Specific examples of his experience are described below. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Environmental Scientist,Florida Gas Transmission Company PROFESSIONAL SERVICES CONSTRUCTION(HAppllcabre) ongoing i N/A [x]Check if projec _(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc_)AND SPECIFIC ROLE t performed with current firm I Assist with various pipeline improvements in Florida. Tasks include conducting field work for the performance of wetland and mitigation assessments,groundwater sampling,T&E species surveys,and contamination assessments(Phase I ESAs),environmental resource permitting,NPDES and dewatering permitting. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED i 1-75 Miami-Dade PD&E Study,Florida Department of Transportation,sportation, PROFESSIONAL SERVICES CONSTRUCTION(IfApplicable)� District VI,Miami-Dade County,FL ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm This PD&E study incorporates alternatives for a redesigned interchange at SR 826/Palmetto and the HEFT in addition to three 1 mainline alternatives. Environmental tasks associated with this performance of a PD&E Study include preparation of a Wetlands Evaluation Report, Endangered Species Biological Assessment,Contamination Screening Evaluation Report, Noise Study Report,Air Quality Report,4(f)Determination of Applicability,and an Environmental Assessment/Finding of No Significant Impact(EA/FONSI)for submittal to FHWA(including public involvement)for proposed roadway improvement and alignment alternatives. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-95 PD&E Study(Palmetto Road to Yamato Road),Palm Beach PROFESSIONAL SERVICES ' CONSTRUCTION(nappllcable) County,FDOT District IV ongoing I N/A _(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project•erformed with current firm • This project involved the widening of the 1-95 corridor through Boca Raton,along with a new interchange to accommodate the growing traffic congestion. Tasks for this project include preparation of a Wetlands Evaluation Report, Endangered Species Biological Assessment, Contamination Screening Evaluation Report, Noise Study Report,Air Quality Report,4(f) Determination of Applicability, and an Environmental Assessment/Finding of No Significant Impact(EA/FONSI)for submittal to FHWA(including public involvement) for proposed roadway improvement and alignment alternatives. (1) TITLE AND LOCATION(City and State) 1 (2)YEAR COMPLETED Investigator,Broward County Aviation Department,Airport PROFESSIONAL SERVICES ` CONSTRUCTION(if Applicable) Expansion Program/Westside Development Program,Fort ongoing i N/A Lauderdale-Hollywood International Airport,Ft.Lauderdale,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal investigator assisting the Airport Expansion Program team and BCAD with ecological-related tasks including wetland mitigation construction and exotic species control oversight, threatened and endangered wildlife surveys and permitting (including burrowing owl relocations) and wetland mitigation compliance activities. Assisted in wetland mitigation monitoring and maintenance activities to ensure compliance with Federal,State and County environmental permits. - 2-52 MS RFQ No.2014-346-YG 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 Carlos F.Garcia, PG Task Leader—Contamination Assessment a. TOTAL I b. WITH CURRENT FIRM i_ f 33 1 32 I 15. FIRM NAME AND LOCATION(City and State) ' URS Corporation Southern(Miami,FL) i 16 EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) 1979/MST I Biological Sciences/Florida Atlantic University Professional Geologist/FL#853 1980/BS/Geology/Florida Atlantic University 1997/ISO 14000 Lead Auditor Course/Intemational Quality and 1976 I Licenciado en Educacion/Mencion Ciencias Environmental Services(IQuES),Manta,Georgia Biologicas,Universidad Catolica Andres Bello,Caracas,Venezuela 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Garcia is a consultant for environmental programs, including management systems preparation and audits;Class V stormwater injection wells, soil and groundwater petroleum hydrocarbon contamination assessments, waste management (water, wastewater, solid and hazardous wastes), contamination assessments and remedial evaluations,expert witness testimony on groundwater contamination;sanitary and industrial landfill operations • and management; industrial and commercial real estate assessments, environmental impacts and permitting issues; natural resources evaluations, geologic investigations and hydrogeologic assessments for phosphate and glass sand mines; chemical and power plants and hazardous waste site investigations;water resources investigations,data management and geographic information systems;in the southeastern United States,Canada,Spain, Caribbean,Central and South America. Joined Dames&Moore(now URS Corporation)in 1981. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation,Region IV PROFESSIONAL SERVICES I CONSTRUCTION(if Applicable) 2013 NIA Broward and'Palm Beach County,Florida �r—_ ! (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal investigator for the Contamination Screening Evaluation Report for the 1-95 Managed Lanes Project from Oakland Park Boulevard to Glades Road,identification of contaminated sites with the potential to affect the proposed construction activities. Cost$237,500 s :(1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED !City of Doral,General Engineering Services PROFESSIONAL SERVICES ( CONSTRUCTION(NApplicable) ,Donal,Florida 2010 N/A _(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager and Principal Investigator Phase I Environmental Site Assessment for the new City Hall on a nine acre site consisting of three • developed parcels. Cost:$3,500 (1) TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED Florida Gas Transmission,LLC. PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) I Miami-Dade County,Florida 2010-2012 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager for the environmental permitting for the FGT 24 inch Miami Mainline Relocation,for the evaluation and remedial management of groundwater contamination extracted during dewatering activities. Contaminants of Concern were ammonia and iron. Remedial system included flocculation,filtration,pH management and air stripping. Cost:$1,500,000. -(1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation,Region VI PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) _ 2006–2012 1 NIA Miami-Dade County,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Project Manager and Principal Investigator for Class V Storm Water Injection Well Reasonable Assurance Reports on various projects. Locations have included Biscayne Boulevard(from Flagler St.to NE 163rd St.),S.R.A1A(from 5th St.to 15th St.,Miami Beach),S.R.907(Alton Rd,from 5th St to 15th St.and Allison Rd.),Key West,evaluating environmental impacts to surface and groundwater:Costs ranging from$15,000 to$50,000. • I (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED United States Postal Service PROFESSIONAL SERVICES COMPLETED (If Applicable) Miami,Florida 1999 to present 1 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project manager and principal investigator for the contamination assessment, remediation management and monitoring program for the U.S.P.S. Blue Lagoon Post Office, constructed over a filled former canal. Contaminants of Concern were petroleum hydrocarbons, heavy metals and methane.Remedial system includes methane collection system and modifications to storm water management. Cost:$850,000. mu RFQ No.2014-346-YG 2-53 • E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn•7ete one Section E for each ke •erson. • 12. NAME f 13. ROLE IN THIS CONTRACT , 14.YEARS EXPERIENCE . Babu Madabhushi, PhD 1 Contamination Assessment Support Team a. TOTAL 1 b. WITH CURRENT FIRM 20 I 14 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/Civil Engineering 40 Hour OSHA Health and Safety MS/Environmental Engineering PhD/E nvironmental Engineering ( 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Dr. Madabhushi has over 20 years of experience in conducting and managing environmental engineering related projects. His technical expertise is in the areas of soil and sediment sampling, surface water/groundwater sampling, contamination assessment, impact assessment, contamination screening evaluation, remedial investigation and feasibility studies, soil and groundwater remediation, bioremediation, and water/waste water treatment and managing operation and maintenance of remedial systems. Key projects are described below. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami International Airport,West End Cargo Area(Former Aerodex PROFESSIONAL SERVICES i CONSTRUCTION(If Applicable) Facility) ongoing N/A Miami,Florida _ 1 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Senior Environmental Engineer responsible for the hazardous waste assessment,remedial action,interim remedial design and source removal. Site was initially part of the Formerly Used Defense Sites(FUDS)program and required extensive regulatory interaction to move forward with remedial efforts. Former operations resulted in the released of chlorinated solvents and petroleum hydrocarbons. Vinyl chloride concentrations exceeded 40,000 ppb in the groundwater and posed a significant threat to the integrity of the Miami Springs Municipal production wells. Cost:>$400,00 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Wal-Mart Super Store Site Assessment and Cleanup PROFESSIONAL SERVICES I CONSTRUCTION of Applicable) Inverness,Florida ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Engineer for the assessment and remedial approach related to the redevelopment of a Wal-Mart Super Store. Previous operations at the site resulted in the release of chlorinated solvents and subsequent downward migration of the chlorinated solvents to a depth of 450-ft below land surface. The highest concentration was detected at a depth of 300-ft. A groundwater solute transport i model was developed to provide a decision support tool to determine appropriate remediation strategy. Model included 9 hydraulic layers and was run in 10 year increments to illustrate COC degradation properties over a 100 year period.Cost:$2.4 Million (1) TITLE AND LOCATION(City and State) V FAA William J.Hughes Technical_Center,CERCLA Superfund Site (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IfAppli able) Atlantic City,New Jersey ongoing i N/A _(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Remediation Engineering/Task Leader for operation&maintenance of treatment systems for CERCLA Superfund site(approximately j 5,000 acres)at Area D,Area 20A and Area 29. The groundwater contamination includes chlorinated solvents,petroleum compounds, heavy metals,and high concentrations of mercury.Successfully remediated a portion of the site using enhanced bioremediation.Other services provided include soil vapor extraction,GIS mapping and groundwater modeling. Cost:$88 Million (1) TITLE AND LOCATION(City and State) .. (2)YEAR COMPLETED ! E04-DERM-01:Environmental Cleanup,nup,Compliance and Related Work PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade County,Florida _ 2004 NIA (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Managed projects under this three year contract including providing environmental assessment and remediation at State reimbursable UST/AST sites within the county. Managed projects including non-hazardous waste site investigations, preparation of Contamination Assessment Reports, Natural Attenuation and alternative treatment strategies, implementations, construction drawings preparations, and operation&maintenance of oil and groundwater remediation systems. uRs2-54 RFQ No.2014-346-YG E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com•lete one Section E for each.ke erson. ' ' • 12. NAME 113. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b. WITH CURRENT FIRM Pavel Terselich I Contamination Assessment Support Team 1 14 I 8 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) ' 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) I MS/Environmental Science/2007/Florida International i OSHA 40-Hour Hazardous Waste Operations and Emergency I University Response Certified BS/Mining Engineering/2000/Fundacion Universidad del Area Florida Stormwater Erosion and Sedimentation Control Andina,Bogota,Colombia,S.A. Inspector Certification E Miami Dade Aviation Department Aircraft Operations Area Driver's Training. 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Terselich is a Senior Environmental Scientist with 20 years of experience conducting Level 1 and Level 2 Environmental Site Assessments and Environmental Impact Assessments with extensive experience working in the Caribbean, Central and South America conducting environmental permitting and managing projects and personnel. His expertise include conducting environmental site inspections, drilling geotechnical/soil borings, groundwater monitoring wells, and methane gas probes, geologic and hydrologic logging, soil,groundwater,surface/storm water,methane,and mold sampling,chemical data interpretation,and technical writing. . 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Environmental Scientist,Greenhouse Gas Emissions Baseline PROFESSIONAL SERVICES 1 CONSTRUCTION(If Applicable) Inventory,City of Dora!,Florida 2009 N/A _(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Provide services to establish baseline inventory of Greenhouse Gas Emissions for the year 2008.The inventory was developed using the ICLEI protocol for local governments. Based on the findings of GHG emissions inventory,URS recommended several interim and long-term strategies to reduce GHG emissions and inefficiencies and energy consumption. (1) TITLE AND LOCATION(City and State) - (2)YEAR COMPLETED Staff Scientist,$3 Million Professional Services Agreement with PROFESSIONAL SERVICES 1 CONSTRUCTION(If Applicable) Miami-Dade County DERM 2008 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Staff Scientist for projects including hazardous and non-hazardous waste site investigations, oversight of construction activities, contamination assessment plans, remedial action plans,and source removal plans for Chapman Field, Ives Estates,Westwind Lakes and Gwen Cherry Parks. Developed methane gas assessment and monitoring projects. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Environmental Engineer,Former Dollar Rent-A-Car Facility Tank PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Closure Assessment,Remediation and Monitoring ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Developed and implemented remedial action plans for soil and groundwater contamination at a former Dollar service facility at Fort Lauderdale International Airport including removal of USTs,excavation, removal and disposal of soil,groundwater remediation by air- sparging,and continued groundwater monitoring. Other assessment and remediation projects at gas service facilities include:Westar Service Station, CITGO Service Station, Palm Beach County Transportation Facilities, Trademark Metals, and the City of Hollywood Fueling Facility among others. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Environmental Scientist,City of Coral Gables Biltmore Golf Course PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Assessment and Remediation ongoing ; N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE , [X]Check if project performed with current firm d' Served as Environmental Scientist who implemented environmental assessment project for soil and groundwater arsenic contamination at the Biltmore Golf Course.Also conducted a saltwater intrusion investigation and quarterly monitoring for the Granada Golf Course. URS RFQ No.2014-346-YG 2-55 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • Corn•lefe one Section E for each ke •erson. 12. NAME 113. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Robert C. Lunardini Jr. PE TOTAL 14. b. WITH CURRENT FIRM Contamination Assessment Support I 26 I 18 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Tallahassee, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS/1990/Civil&Environmental Engineering/Mississippi State Professional Engineer/FL#46657 f University BS/1988/Civil Engineering/Mississippi State University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Lunardini is a registered professional engineer with over 26 years of experience in conducting and managing a wide range of environmental remediation projects for both public and private sector clients. He has prepared CERCLA and RCRA work plans, prepared remedial investigation/feasibility study reports, conducted pilot studies and treatability studies for contaminated groundwater remediation sites. Prepared RCRA closure reports, negotiated several multimillion dollar environmental remedial projects, prepared remedial construction plans and specifications for cleanups at hazardous waste and petroleum sites throughout Florida. Key projects are described below. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I ABB Service,Inc. PROFESSIONAL SERVICES ' CONSTRUCTION(If Applicable) Florida ongoing 1 N/A E (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE _[X]Check if project performed with current firm Served as Senior Engineer for the development of the RAP to remediate TCE-contaminated soils inside a building. Design activities also included the development of an in situ oxidation system using sodium permanganate to remediate the dissolved chlorinated groundwater plume. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED RAP,Shell Country Corners PROFESSIONAL SERVICES i CONSTRUCTION Of Applicable) Tallahassee,Florida ongoing N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE_.� I [X]Check if project performed with current firm . Prepared a dual phase extraction system for the remediation of petroleum contamination in the source area. Additionally, Mr. Lunardini prepared a natural attenuation plan for remediation of MTBE in the downgradient area. I (1) TITLE AND LOCATION(City and State) i (2)YEAR COMPLETED Boothes Exxon PROFESSIONAL SERVICES I CONSTRUCTION(if Applicable) Greenville,Florida ongoing NIA (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Prepared a RAP Modification to design a source removal using ORC and biosparging to address petroleum-contaminated soil and groundwater. Mr. Lunardini negotiated a pay-for-performance agreement with the client and oversaw the system installation,including O&M services. (1) TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED OU8 Feasibility Study,NAS Cecil Field PROFESSIONAL SERVICES i CONSTRUCTION(If Applicable) ongoing I N/A Jacksonville, Florida d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Served as Engineer of Record for evaluating technologies to remediate a TCE and DCE groundwater plume. Technologies evaluated included enhanced biological,phytoremediation,in situ air stripping,pump and treat,and natural attenuation. 2-56 IJR.S RFQ No.2014-346-YG E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Coin•lete one Section E for each ke• .erson. 12. NAME ' 13. ROLE IN THIS CONTRACT ; 14.YEARS EXPERIENCE Randy L.Whitesell, PE Contamination Assessment Support , a. TOTAL 1 b. WITH CURRENT FIRM , _ 28 10 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Boca Raton,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) 1990/ME/Ocean Engineering/Florida Atlantic University . Professional Engineer/Florida/No.49036 1987/BS/Ocean Engineering/Florida Atlantic University Professional Engineer/Georgia/No.034395 1979 AA/Daytona Beach Community College Professional Engineer/Tennessee/No.00113497 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Whitesell is a Florida-registered Professional Engineer and a URS Certified Project Manager with over 28 years of experience in the environmental field. He is responsible for the management and oversight of AST/UST engineering and construction for projects throughout Florida.Other responsibilities include providing technical support,principal review and guidance to the technical and professional staff. Mr. Whitesell is experienced in the design, implementation, construction, operation and maintenance of remediation systems utilizing excavation/source removal, bioremediation,chemical remediation,free product recovery, pump&treat,air sparging,soil vapor extraction, and dual phase extraction technologies at petroleum and chlorinated solvent impacted sites. 19..RELEVANT.PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Senior Engineer/Engineering Manager,Florida Department of PROFESSIONAL SERVICES ; CONSTRUCTION(IfAppllcable) I Environmental Sites throughout the State of Florida Ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc. AND SPECIFIC ROLE + Chef k k ff ro ect performed with current firm ) [Xl _._. P jP Providing assessment; assessment data review and management; engineering design; implementation; construction; and operation and maintenance of remediation systems; oversight and project management of sites throughput Dade County and the State of Florida. (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED Senior Engineer./Engineering Manager,BP Remediation PROFESSIONAL SERVICES € CONSTRUCTION(If Applicable) Management Company Ongoing I N/A Sites throughout Dade County and the State of Florida b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Providing engineering design,construction and engineering management and oversight,and operation and maintenance management and oversight for the Central and South Florida portfolio for underground storage tanks site assessment (soil and groundwater), remedial design engineering,and construction services at BP service stations located across the state of Florida since 1999. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Design Engineer 1 Engineering Manager Coastal Mart No.683,Florida PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Department of Environmental Protection Funded Cleanup Indian Ongoing N/A Harbour Beach, Florida _(3)_BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Provided engineering design and implementation of a large-scale petroleum remediation project that had in excess of 100 air sparging wells. The remediation system installation occurred in conjunction with the removal of the USTs. The new UST failed and therefore had to be removed and replaced. Mr.Whitesell provided construction oversight and management to reduce the amount of impact the installation of the new UST to the construction that had already been completed. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED_ Design Engineer 1 Engineering Manager,BP No.8.43,Florida PROFESSIONAL SERVICES ' CONSTRUCTION(If Applicable) Department of Environmental Protection Funded Cleanup Ongoing NIA West Palm Beach,Florida ! d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Provided engineering design and implementation of UST and Source removal and open pit air sparging. The USTs piping and dispensers were removed from this site and then air sparging wells were installed penetrating the bottom of the excavation. The air sparging system operated for several weeks removing dissolved hydrocarbons from the saturated zone beneath the excavation. 2-57 MS RFQ No.2014-346-YG . E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com•lete one Section E for each ke •erson. 12. NAME i 13. ROLE IN THIS CONTRACT I 14.YEARS EXPERIENCE ° i a TOTAL ` b. WITH CURRENT FIRM Luis E.Smith,CIH,CIEC, FLA►C Contamination Assessment Support , 25 7 115. FIRM NAME AND LOCATION(City and State) ' URS Corporation Southern(Boca Raton,FL) F _ 16. EDUCATION(DEGREE AND SPECIALIZATION) ! 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Certified Industrial Hygienist#8075,American Board of Industrial Hygiene,2000 to 2012; BS/1988/Environmental Science/University of j Florida Licensed Asbestos Consultant#AX0000053,Florida DBPR,2003 to 2012; Florida Massachusetts at Amherst i Licensed Mold Assessor#MRSA2144,2012; Certified Indoor Environmental Consultant, American Council for Accredited Certification,2012; Radon Measurement Specialist#R1481, Florida Dept.of Health,1992 to 2012; Hazardous Waste Operations(HAZWOPER)40-hr __ ! Supervisor 1993 to 2012 _� 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) ( Luis Smith is a Certified Industrial Hygienist with over 25 years of industrial hygiene experience. He began his career at URS in July, 2007 and is proficient in the comprehensive practice of industrial hygiene including: Indoor air quality (IAQ), radon measurement, lead-based paint, asbestos sampling and building surveys, worker exposure assessment to various chemical hazards, noise surveys, ventilation system testing and evaluation, { radiation surveys, etc. Mr. Smith's specializes in the IAQ practice including IAQ diagnostics, HVAC and building envelope evaluations, design and management of microbiological remediation projects,air sampling for bioaerosols,and preparation of IAQ management programs. Specific examples of his experience are described below. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED II Project Manager,United States Postal Office,Live Oak,FL PROFESSIONAL SERVICES ` CONSTRUCTION(If Applicable) ' 2012 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Provided project oversight and air monitoring related to abatement of asbestos-containing materials from the attic of a historic post office that was scheduled for renovation. Also prepared work procedure specifications to repair water damage to interior and exterior surfaces that contained lead- based paint. I 1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Project Manager,United States Postal P&DC,Jacksonville,FL PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) 2012-13 ► N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Provided project oversight and air monitoring related to abatement of asbestos-containing materials from specific areas of the building that were scheduled for renovation. (1) TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED 'Project Manager,United States Postal P&DC,Pensacola,FL PROFESSIONAL SERVICES i CONSTRUCTION(If Applicable) 2012 1 N/A �(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ! [X]Check if project performed with current firm Provided project oversight and air monitoring related to abatement of asbestos-containing materials from specific areas of the building that were scheduled for renovation. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Project Manager,Asbestos Pre-Demolition Surveys at Three Residential PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) Structures,Florida City,FL 2012 ! N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Provided comprehensive asbestos surveys at three multi-family residential structures that were scheduled for demolition as part of a Right-of- Way acquisition. Directed asbestos inspection staff to conduct field assessments, reviewed and signed off on report deliverables for each structure. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Project Manager,Asbestos,Mold,and Lead in Paint Survey—Miami Airport, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami,FL 2012 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Conducted a comprehensive survey for asbestos-containing materials,mold-impacted building materials,and lead-containing paint at a cargo facility located at Miami Intemational Airport that was scheduled for renovation. Directed filed inspection staff to conduct field assessments,reviewed and • signed off on report deliverables. L" RFQ No.2014-346-YG 2-58 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Coin•lete one Section E for each ke •erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Michael Powell Contamination Assessment Support Team a. TOTAL b. WITH CURRENT FIRM 10 10 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami,FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) 1983/St.Thomas University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Powell has over 20 years of experience in hazardous waste management, construction oversight, RAP implementations, source removals, and UST/AST removals. He is an experienced heavy equipment operator and has been involved in hundreds of remediation projects throughout Florida. Additionally, he is experienced with the installation, operation and maintenance of various types of groundwater extraction,pump and treat,in-situ bioremediation product application,dual phase extraction and dewatering systems.Specific examples of his experience are described below. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Coral Gables General Environmental Services PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Coral Gables, Florida 2007-ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Serves and a Senior Inspector for URS'General Environmental Engineering contract with Coral Gables. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Senior Field Technician,North Terminal Development Program PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami International Airport,Miami, FL ongoing N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental support for the North Terminal Development Program,at Miami International Airport. I (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Senior Field Technician,NW Cargo Area,Miami International Airport PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) (MIA),Miami-Dade Aviation Department, FL ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Provided the operation and maintenance of the groundwater treatment systems A,B,C,D and E in the Northwest Cargo Area at MIA. UltIS RFQ No.2014-346-YG 2-59 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • Corn lete one Section E for each ice .erson. 12. NAME _ 113. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE 13 CURRENT FIRM i a. TOTAL Michael Scinta Contamination Assessment Support Team 35 { b. WITH 15. FIRM NAME AND LOCATION(City and State) URS Corporation Southern(Miami, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) I 40 Hour HAZMAT/Health&Safety—OSHA 29 CFRI1910.120(e)(3)(i)—December 2001 Confined Space Training(OSHA 29CFR 1910.146) Florida Advance Work Zone Traffic Control(ATSSA) . 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Scinta is a Senior Construction Manager with more than 35 years of experience. He has extensive construction knowledge and has provided management and oversight for numerous transportation,infrastructure,sediment dredging,contaminated soil and water treatment systems,soil excavations,seawall restoration,waterway and environmental restoration projects.Key projects are described below. 19.RELEVANT PROJECTS I (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FEMA/DORM Roadway/Canal Restoration, PROFESSIONAL SERVICES 1 CONSTRUCTION Of Applicable) Miami-Dade County,FL 2005 N/A _(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I [X]Check if project performed with current firm Construction Manager/Inspector responsible for contractor oversight and assistance in staffing and utilization of inspection staff,review and approval of invoices,review and approval of as-builts for Drainage,Street Resurfacing and Reconstruction,Swale Restoration and Canal Dredging activities being performed by Miami-Dade Department of Environmental Resources Management(DERM). Cost:$4.5 Million (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach Parks and Facilities Program PROFESSIONAL SERVICES 7 CONSTRUCTION(If Applicable) City of Miami Beach,FL 2006 I NIA (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Construction Manager/Senior Inspector that managed the demolition and new construction of Normandy Isle Park and pool facility for b. the City of Miami Beach, Florida. New construction includes four lane pool, pool deck, office concession, recreation building, landscaping, irrigation, on-street parking, sidewalks, lighting, and HVAC. Bayshore Golf Course, Senior inspector for improvements associated with the complete overhaul of Bayshore Golf Course for the City of Miami Beach, Florida. Responsibilities included contractor oversight for drainage,irrigation,paving,landscaping,club-house construction and re-grading.Cost:$2.7 Million 1 (2)(1) TITLE AND LOCATION(City and State) ( YEAR COMPLETED Collier County Project Management and Oversight Services PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) - I Naples, FL _ ongoing ! N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Construction Manager responsible for coordinating and administering all aspects of Project Management and Oversight Services. Typical projects have included the Naples Landfill Scalehouse, oversight of the Scalehouse construction which includes a landfill monitoring and management office building, three new scales, an improved digital weighing system, a camera system, an odor monitoring and response center,and a weather station with field analysis center. Cost:$1.0 Million (1) TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED City of Doral Stormwater Engineering Design Improvements, � PROFESSIONAL SERVICES i CONSTRUCTION(If Applicable) , 2008 ! NIA Doral,Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Construction Manager/Field Inspector providing construction oversight of stormwater improvements within the City of Doral designated as critical infrastructure improvements or flooding"hotspots.° Cost:$151,000 E I 2 LJ'R.SRFQ No.2014-346-YG 240 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. Complete one Section F for each project) 21.TITLE AND LOCATION City and State) 22'.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Professional Environmental Engineering • I 2006-ongoing N/A Services Coral Gables,FL 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER I b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Coral Gables j Ken Ingersoll 305-460-5054 `24'.BRIEF.DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include_scope,size,and cost) URS was awarded a contract with the City of Coral Gables to provide professional Environmental Engineering Services. The scope of the contract includes upgrades of existing lift stations, replacement of force mains, environmental studies and reports, I/I reduction, construction inspection, solid waste consulting, storm water system improvements, and studies and reports on miscellaneous sanitary sewer and stormwater utility operations. Other services provided to the City may also include financial feasibility, life cycle costing analysis, cost estimating, programming, planning surveys, site evaluations, and other design services. Typical projects issued to date are described below. Biltmore Golf Course Maintenance Facility Arsenic Investigation - URS is providing environmental services for the investigation of arsenic in the soil and groundwater in the vicinity of the maintenance building of the Biltmore Golf Course. Elevated arsenic levels above the commercial/industrial levels have been found in soils which will require remediation. Additionally, impacts to groundwater have been defined in the area of the maintenance building that will have to be j w_f addressed. URS is in the process of determining appropriate remedial methods to address the soil and groundwater. �: �--- Granada Golf Course -URS is assisting the City y�-�a'�y4., '""'r with the renewal of their Water Use Permit from "'t= • �- lC • I *tea =-� 's.� ,. "�, - : the South Florida Water Management District for `` �' irrigation wells on the Granada Golf Course. J • URS installed a deep (100') monitoring well to = -F determine the depth of the 250 mg/L chloride . interface. Additionally, URS is preparing a SALT �; w '� _k, . y_ = q monitoring plan required by the District outlining future monthly sampling events to determine depth to water and chloride concentrations in the monitoring well. Country Club of Coral Gables Site Assessment Report Addendum -URS is providing environmental assessment services of soil and groundwater contamination associated with the removal of an underground storage tank (UST) in 2002 at the Country Club of Coral Gables. Assessment activities have included clearance of public utilities in the area, regulatory file reviews, and soil and groundwater sampling. Maggiore Phase I Environmental Site Assessment - URS conducted a Phase I ESA in accordance with ASTM Standard E-1527-05 for a parcel of land that the City is purchasing for the purpose of converting it into a park. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. ; URS Corporation Southern Miami,FL Prime Consultant URS 2-61 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. Complete one Section F for each project) L 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED General Engineering Services PROFESSIONAL SERVICES CONSTRUCTION(if applicable) City of Doral, Florida 2003-2012 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Doral Jose Olivo, PE (305)593-6740 Public Works Director 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) URS was selected to provide General Civil Engineering Consulting Services to the City of Doral. The scope of the contract included: roadway drainage design, structural design, traffic and transportation engineering, civil site planning and design, environmental permitting and assessment services, NEPA documentation, contamination assessments, land use and zoning, environmental engineering, building remodeling and new construction, building/ threshold inspections, contract administration, construction engineering inspection (CEI), material inspections, project management and landscape design. URS has performed several task orders for the City as listed below: • Doral Southern Commerce Park Permitting • Doral Police Station Ecological Assessment • Doral City Hall Phase I ESA • Doral Landfill Odor Monitoring • Doral Tract 34 Environmental Assessment A 0 F • Doral Tract 33 Environmental Site Assessment ti U • Doral Tract 60 Environmental Site Assessment • Doral Passive Recreation Park Feasibility Study • Doral SW System Field Inspections • Doral NW 114th Avenue and 112th Environmental Permitting • °° R1 • Doral Owners Representative for Doral Park • Doral J.C. Bermudez Park Geotechnical Oversight and Services • Doral Construction Inspection • Doral '9-acre Parcel' Ecological Site Assessment • Doral Sonoma Property Ecological Site Assessment and Phase I Review 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. URS Corporation Southern ' Miami,FL Prime Consultant URS 2-62 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 project's,if not specified. Complete one Section F for each project). 1 3 21.TITLE AND LOCATION City and State) and 22.YEAR COMPLETED DERM Environmental Cleanup, Compliance, and PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Related Services Miami-Dade, Florida , 1998 -On•oin• N/A 23.PROJECT OWNER'S'INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Department of f Ms. Julie Balogh, Manager Environmental Resources Mana•ement Air•orts&Contracts Section i 305 372-6813 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) URS has provided environmental cleanup, compliance and related services for Miami-Dade County facilities for the past 13 years. The scope of work includes conducting environmental investigations and/or rehabilitation and related tasks, in accordance with Chapters 62-770, 62-780, and 62-785 of the Florida Administrative Code (FAC), Chapter 24 of the Miami- Dade County Code, and all applicable regulations; services related to the modification, repair, removal, replacement, installation and/or abandonment of any underground or aboveground storage systems, and any related tasks, in accordance with Chapter 62-761, FAC, and Chapter 24 of the Miami-Dade County Code; providing design criteria and construction management services for environmentally necessary construction tasks; and any other additional environmental-related work for prevention of potential or known contamination, for compliance with applicable regulations, for protection of the environment and public health and for cleanup of environmental contamination. Typical projects included: Ives Estates Park - URS is currently providing environmental services related to the redevelopment of the former Ojus Landfill in North Miami. The former 95-acre landfill is being redeveloped into a community park. URS provided the design and installation of a methane gas collection system, including both and active and passive system around the perimeter of an existing building connected to a header pipe and blower. URS is currently providing landfill gas monitoring and operations and maintenance services of the methane gas collection system. URS is also in the process of conducting a pilot test for the insitu treatment of ammonia in groundwater. North Dade Landfill — URS provided repair and rehabilitation services for 15 vertical landfill gas extraction wells on the active East Cell by replacing with new wells,well-heads and laterals to be connected to the existing header. This work was completed ahead of schedule to comply with the existing Title V Air Permit. Considering the success of this project, Miami- Dade County retained URS to continue to provide maintenance services of the active landfill gas collection system for the landfill. URS is currently providing services related to extension or replacements of well heads and laterals, as and where needed. Miami-Dade Aviation Department — URS provided site assessments at the three airports (Miami International, Opa- Locka, and Kendall-Tamiami)for the following projects: Opa-Locka Site 1: Investigation of free-project plume discovered during the replacement of stormdrain manhole. Opa-Locka Site 5: Investigation to delineate arsenic in soil. Boystown: Investigation of a surface spill of fuel as a result of a small aircraft crash. WECA Pond: Provided source delineation and preparation of a Source Removal Plan for chlorinated solvents in groundwater. Currently overseeing the removal of hazardous and non-hazardous soils and groundwater treatment. NWCA RAP: Providing the installation of shallow and deep cluster wells both airside and landside at MIA to delineate the chlorinated solvent plume within the northwest cargo area at MIA. Concourse F: Providing site assessment including the gauging of 55 monitoring wells for free product, sampling of 21 wells for lab analysis, installation of monitoring wells, and collection of soil samples. The purpose of the assessment is to define free-product plumes associated with an August 1, 2000 discharge along the Concourse F hydrant line extending around the concourse. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME ? (2)FIRM LOCATION (City and State) (3)ROLE a' I URS Corporation Southern 1 Miami, FL Prime Consultant _ 1s 2-63 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 Complete one Section F for each project) 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Districtwide Environmental Permit Services Consultant 2001 -2014 N/A Miami-Dade/Monroe Counties, FL 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER FDOT District VI Mr. Manuel Vega, P.E. (305)470-5281 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) URS has been awarded three (3) consecutive $1.5 million contracts since 2001, for the Florida Department of Transportation (FDOT), District VI, to serve as the District-wide Environmental Permit Services Consultant contract to support the FDOT's Environmental staff with the preparation, coordination, and processing of environmental resource permit applications for all roadway, bridge and other large- and small-scale FDOT improvement projects within Miami-Dade and Monroe Counties. Key services under this contract include terrestrial/coastal environmental permitting, habitat studies, coastal and freshwater wetland delineations and functional assessments, marine benthic surveys, turbidity/sedimentation modeling, threatened and endangered species surveys, water quality assessments and monitoring, hydrologic and geologic analyses, contamination assessments, construction dewatering plans/calculations, protected plant and wildlife conservation measures, engineering plans review, mitigation planning and design, surface water modeling, and preparation of associated National Environmental Policy Act (NEPA) documents (EIS, EA, CATEX, etc.)for federal and state-funded projects. Notable projects under this contract have included: 5th Street and NW 12th Avenue bridge replacements over the Miami River (City of Miami); roadway widening/reconstruction to US-1 (18-mile stretch) South (Miami-Dade and Monroe), Red Road (Miami-Dade) and Krome Avenue (Miami-Dade), which included extensive coastal and freshwater assessments and permitting; roadway improvements and construction of new roadways for the Miami Intermodal Center (Miami-Dade), roadway widening and seawall replacement along South and North Boulevards in Key West (included extensive coastal assessments and permitting); bridge rehab along Overseas Highway/US 1 for several bridges in the Florida Keys including Long Key Bridge, Channel 5 Bridge, and Bahia Honda Bridge (required extensive seagrass/coral surveys, coral relocations, environmental permitting, etc.), boat ramp improvements at Key Haven Boulevard (Monroe) and US-1 (18-mile stretch) South (Miami-Dade and Monroe); and roadway washout and dune restoration along Overseas Highway in the Florida Keys including Lower Matecumbe Key (Monroe). Types of permits/approvals applied for under this contract include the following: South Florida Water Management District Florida Department of Environmental Protection Environmental Resources Permit (ERP) Environmental Resources Permit(ERP) Right of Way Occupancy Permit Class V Deep Well Permit Water Use Permit U.S. Army Corps _ Miami-Dade County DERM of Engineers Class I Coastal Construction Permit Dredge and Fill f. Class II Stormwater Discharge Permit Permit Class III Right of Way Permit " Class IV Freshwater Wetlands Permit U.S. Coast Guard Class V Dewatering Permit Bridge Permit Stormwater Management(MSSW) Permit 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. URS Corporation Southern Miami, FL Prime Consultant URS 2-64 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. C Complete one Section F for each project) J 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED Environmentally Endangered Lands Program PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 2005-2011 N/A Miami-Dade, Florida 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County—Department of Environmental Resources Ms. Cynthia Guerra (305) 372-6687 Manasement 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope.size,and cost) URS was awarded a contract in the fall of 2005 by the Miami-Dade County Department of Environmental Resources Management (DERM) for the Environmentally Endangered Lands (EEL) Program. The professional services conducted under this contract included the preparation of management plans for 35 to 40 EEL sites. The plans guided the future management of each site with regard to the restoration and maintenance of the site's natural areas and to the public's access to the site and awareness of it. Further, these plans articulated the best ultimate use of each property for a 10-year time frame. The planning process incorporates opportunities for public comment, with particular regard for residents living near each site and required planning and facilitation of public meetings. In cases where sites were acquired with State matching grants through the conservation and Recreations Lands Program (CARL), the Florida Forever Program, or the Florida Communities Trust Program (FCT), the management plan was j to meet the requirements of the granting agency. ;..-r f� " "f � � " .;r, ,., The EEL Program was established in 1990 by ' ''• ":4..,::: ., .A' Miami-Dade County. The program identifies and '' secures the acquisition, protection, and l �W• maintenance of environmentally endangered ,.. . , : .,-,47..g., lands for preservation. Since 1990, they have •r '+k.. � acquired more than 21,000 acres of .'r .4.�,,,' ` Environmentally Endangered Lands. The ''*,-• 0 '; purchase and conservation of these lands p-. ' ;��ensure that they are shielded from development ^� '!-j�'� ` and will continue to thrive as natural habits. ,'-p;- ! ti;: Services under this project also included: land �!'r=• ; '' {. management planning; site restoration and '� ' r. x;1;;;,,:. maintenance planning; land use planning; public ' � ~ t ; f , involvement; and granting agency plan • :::t�_, � '44-4, ,.. compliance. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. URS Corporation Southern Miami, FL Prime Consultant i. URS 2-65 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. c Complete one Section F for each project) 6 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED Everglades National Park(ENP Cape Sable PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Critical Dam Repair and Coastal Wetland Restoration 2009 -2011 Oct. 2010—Mar. 2011 American Recovery and Reinvestment Act (ARRA) Everglades National Park,Florida 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Everglades National Park—National Mr. Matt Kutch, Project Manager (303) 969-2438 Park Service 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope. size.and cost) URS developed a fast-track engineering solution to restore two failed dams in the wilderness backcountry of Everglades National Park (ENP) in accordance with American Recovery and Reinvestment Act (ARRA) schedule requirements, positioning ENP to take full advantage of the economic stimulus as a "shovel ready" project, and correct a major problem challenging the Park since constructed in the 50's. Both earthen berm dams were last repaired by ENP in 1997 using steel sheet piles. However, the repairs only held a few years facing the continuous tidal currents and erosion which has plagued the dams since the 50's. The dam failures created several significant ongoing challenges for ENP including safety concerns for park visitors, as well as the ecological concerns from the merging salt and fresh water and the associated impacts to the Park's natural inhabitants. The continuous saltwater encroachment severely impacted the Park's interior freshwater wetland, converting it to an estuary ecosystem and thus causing potentially irreversible damage and threatening the survival of sensitive species and the Florida Everglades as a whole. Due to the remote location of the failed dams (20 miles from the closest upland area), logistics played a key role in engineering a workable solution. Project constraints included: 1. Marine transportation for 7,500 tons of limestone, 1,600 tons of rip rap and heavy equipment to remote wilderness areas. 2. Construction limited to October 1st through March 31 to avoid the crocodile nesting season (14 crocodile nests identified in the work areas that could not be impacted). 3. Shallow marine access channel (limited to 2-ft maximum draft) and could not be dredged. 4. Closest staging area over 100 miles via open water transport from the project site(Key West). To work around these constraints, URS incorporated use of an off-shore staging area (5- miles from dam site) and hydraulic sand placement to transport material over 2.5 miles over a tidal mud flat area. In addition to engineering a feasible solution, URS also incorporated a coastal wetland mitigation area as well as visitor use amenities into the design. The visitor experience was a critical component to the Park's mission and the area is now rated as one of the 10 best fishing locations in the Country. Environmental services included preparation of NEPA documentation (Environmental Assessment/Finding of No Significant Impact), coastal environmental permitting, mitigation design and construction, public involvement and long-term mitigation monitoring. _ :, • tit kril • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. URS Corporation Southern Miami, FL Prime Consultant URS 2-66 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. Complete one Section F for each project) 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED South Florida Water Management District— Biscayne PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Bay Coastal Wetlands 2008 N/A Miami-Dade County,Florida 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER South Florida Water Management Mr. Jorge Jaramillo, PE (561)242-5520 District 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Biscayne Bay Coastal Wetlands (BBCW) project is a ---- ---- ---•-- --�- ---.--- large-scale coastal ecosystem restoration project located in southeastern Miami Dade County along the shoreline of Biscayne Bay. The project is an element of the Comprehensive Everglades Restoration Plan (CERP). The initial phase of this CERP project component was completed 1'� :. by the South Florida Water Management District under their Acceler8 program. Phase 1 of the BBCW project included SWF the Deering Estate Flow way, the Cutler Wetlands Flow way — and the L-31 E culvert project elements. - The project objectives focused on the restoration and -=' "` enhancement of the coastal wetlands and nearshore 1 communities along Biscayne Bay through re-establishment of productive nursery habitat along the shoreline, redistribution � • of freshwater flow to minimize point source discharges and "' -•---- improving the quantity, quantity, timing and distribution of freshwater to the bay. Project design elements include large-scale natural flow ways, culvert systems, educational wetlands, roadway re-design and mechanical systems to pump and redistribute freshwater to coastal wetlands along Biscayne Bay. The basis of design included an evaluation of water availability, water quality, hydraulic and hydrologic modeling, seepage evaluation, geotechnical investigations, assessments of federal, state and local permit requirements, coordination with the USACE Project Delivery Team, USFWS, FDEP, FDOT, National Park Service (NPS), Miami Dade County DERM, Miami Dade County Special Project Office, Miami Dade County Parks and Recreation Department, Local Governments, SHPO, and local stakeholders. URS managed and completed all structural, mechanical, civil and hydraulic design activities consistent District standard and guidelines for CERP project implementation. URS managed and coordinated completion of all design activities including hydraulic, water quality, and seepage modeling, water, field data collection, and mapping and assessment of approximately 2500-acres of wetland communities located within the project area and evaluated the potential impacts to Federal and state listed protected species associated with the proposed project. Additionally, URS assisted the District with public involvement and stakeholder acceptance activities through coordination of meetings with federal and state and local regulatory agencies, local governments, NGOs and numerous stakeholders, development of presentation materials and production of a virtual presentation of the flow way projects to facilitate issues understanding among stakeholders, baseline project design elements for the District at the 60% design level and confirm stakeholder acceptance of the project. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT m.-- -h-_. (1)FIRM NAME (2)FIRM LOCATION (CO and State) (3)ROLE a. URS Corporation Southern P Miami, FL Prime Consultant U 2-67 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. Complete one Section F for each project) 8 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Biltmore Golf Course Environmental Services 2008-2011 N/A Coral Gables, Florida 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Coral Gables Ken Ingersoll 305-460-5054 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size.and cost) URS has provided extensive environmental services at the Biltmore Golf Course in Coral Gables. Projects completed include: Biltmore Compliance Audit (2008) — URS conducted a compliance audit of the Biltmore Golf Course Maintenance facility to review current operating and maintenance practices with respect to the management, application and use of fertilizers, herbicides and pesticides to provide recommendations for corrective action and implementation of best management practices. Biltmore Boathouse Cleanup (2009) — As a result of the Biltmore Golf Course Environmental Compliance Audit completed by URS in 2008, URS reported to the City that various waste that could pose a material threat to the environment and human health were observed at the former boathouse. The waste material inside the boathouse included abandoned fertilizers and herbicides, pesticides, cured cement, various abandoned metal piping and pump parts, and various yard and construction and debris (C&D) material. URS oversaw the removal and disposal of the waste materials from the boathouse, removal of the water tank, and abandonment of the irrigation wells. Biltmore Arsenic Investigation (2008-2011) — URS conducted soil sampling, as requested by DERM, in the vicinity of the Biltmore Golf Course maintenance facility and adjacent "playable areas" to obtain horizontal and vertical delineation of arsenic impacted soils. URS also conducted groundwater sampling to evaluate concentrations of arsenic in groundwater. Delineation of the groundwater plume was obtained. Field activities and responses to DERM's comments on a prior report (prepared by another consultant) were provided in a Site Assessment Report Addendum prepared by URS and submitted to DERM. Biltmore RAP (2010-2011) — Based on the results of the arsenic site investigation, URS recommended source removal of the top two feet of arsenic contaminated soils in the "playable area." URS also recommended an engineering control in the form of asphalt pavement to be placed in arsenic impacted areas in the maintenance area. These recommendations were presented to DERM in a report and discussed in meetings held between DERM, the City and URS. Biltmore Source Removal Oversight (2011) — URS assisted the City with preparation of bid documents and specifications for the source removal of arsenic contaminated soils located at the Biltmore Golf Course maintenance facility. URS is currently overseeing the source removal activities by the selected contractor. URS also is providing confirmation sampling of the excavations and will prepare a Source Removal Report for submittal to DERM, upon completion. • 47r, -t . irlar airj 460,te. 11111.1 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. URS Corporation Southern Miami, FL Prime Consultant U5 2-68 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. Complete one Section F for each project) 9 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Gables Storage and Maintenance Facility 2008-2011 N/A Coral Gables, FL 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Coral Gables Ken Ingersoll 305-460-5054 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope size,and cost) As General Environmental Engineering consultant to the City of Coral Gables, URS has provided extensive environmental services at the City of Coral Gables Storage and Maintenance Facility at 2800 SW 72nd Avenue. Tasks completed include: • 72nd Avenue Methane Gas Assessment (January 2008) - URS performed an initial methane gas investigation which included the evaluation of prior data, field sampling existing methane gas probe, and submitting recommendations to Miami-Dade Department of Environmental Resources Management(DERM). • Methane Gas Assessment Plan (May 2008) - URS developed a methane gas assessment plan for the maintenance facility which included identifying proposed locations, design, installation, and sampling methodology/reporting of methane gas monitoring probes. The areas of concern included remaining solid waste around the maintenance building and ambient air inside the building. The final plan was approved by DERM. • Gas Probe Installation (October 2008) - URS installed 3 methane gas probes and monitored to evaluate the concentration of methane gas in the probes and ambient air. DERM approved the recommendation for monitoring for 1 year. • Methane Gas Quarterly Monitoring (2009) - URS sampled, on a quarterly basis, 4 methane gas probes and 20 ambient air locations at the maintenance facility. • Methane Gas Semi-Annual Monitoring (2010) - URS sampled on a quarterly basis 4 methane gas probes and 20 ambient air locations. URS recommended discontinuation of the monitoring program due to no detection of methane gas during the monitoring period. DERM approved URS's recommendation for no further monitoring and abandonment of the monitoring probes. • Methane Gas Probe Abandonment(2011)—URS abandoned the probes and submitted an abandonment report which DERM approved. .„ I , . W ea..4ftwet - ttl( ., A 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a- URS Corporation Southern Miami, FL Prime Consultant URS 2-69 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. Complete one Section F for each project) 7 21.TITLE AND LOCATION City and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable) City of Coral Gables Incinerator Demolition 2003 2004 Coral Gables, FL 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Coral Gables Ken Ingersoll 305-460-5054 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) URS was retained by Miami —Dade County DERM to remove all remaining structures associated with the former incinerator facility. These structures included a 165-ft tall incinerated stack, two furnaces, two combustion chambers, hoppers, flues and a 3 story building. As a result of decades of use, various wastes were still present that required special containerization and handling prior to removal. Previous surveys indicated that the ash inside the incinerator stack and combustion chambers contained dioxin and heavy metals, and that asbestos and lead base paint were present inside the building. Other unique challenges for this project included the demolition of the 165-ft tall stack. This process had to be performed at night to minimize interference with the daily operations of the waste transfer facility. Additionally, demolition noise levels had to be minimized due to the close proximity of residential homes. To meet these unique requirements and the aggressive project schedule, URS allocated personnel from our Miami, Boca Raton and Tampa offices to provide additional technical support to ensure this high profile project was completed ahead of schedule. Project tasks performed included: • Permitting and Regulatory Interaction • Conduct Public Meeting/Workshop • Development of a Special Waste Containerization program • Preparation and implementation of a Health and Safety/Noise Plan • Development and Implementation of a Wastewater, Stormwater and Traffic Control Management Program • Demolition/Construction Oversight • Transportation and Disposal of Solid Waste Debris • Preparation of Final Report �, ��j� 'r. 1 1 io, 0 d _ ». I 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. URS Corporation Southern Miami, FL Prime Consultant URS2-70 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28. EXAMPLE PROJECTS LISTED IN SECTION F 26. NAMES OF KEY 27. ROLE IN THIS CONTRACT (Fill in"Example Projects Key"section below before completing PERSONNEL (From Section E, table.Place"X"under project key number for (From Section E, Block 13) participation in same or similar role.) I Block 12) ## 2 1 p 1 1 ` 3 ( 4 1 5 1. 6 ' 1 - T 8.''.(.:9>__1 10 Paula Sessions, PG Project Manager X X X X X X X , X Dan Levy, PG Principal-in-Charge X X ' X X )WC.X ; X } X i X Vivek"Vik" Kamath, PE Regulatory Compliance X X X X 1 X X Keith Stannard Environmental&Coastal X X X X X i Permitting Task Leader Carlos F. Garcia, PG Contamination Assessment X X Task Leader Environmental &Coastal Chartier Su ort Team X • X X 'Pp I Michael Greiner Environmental &Coastal X X X X Support Team Isaiah Mosely Environmental&Coastal X Support Team Edward Marks, PG Environmental &Coastal X X ;{ Support Team X Ashley Matthews Environmental&Coastal Support Team Damon Quesenberry Environmental&Coastal X Support Team Babu Madabhushi, PhD Contamination Assessment y<, X X X Support Team Pavel Terselich Contamination Assessment X X X X Support Team Robert Lunardini, PE Contamination Assessment Support Team -" Randy Whitesell, PE Contamination Assessment X Support Team Luis E. Smith, CIH Contamination Assessment X Support Team Michael Powell Contamination Assessment X X X X Support Team Michael Scinta Contamination Assessment X X I X X X X Support Team 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) I City of Coral Gables General Environmental Services National Park Services—Cape Sable Dam 2 'City of Doral General Engineering Services 7 Biscayne Bay Coastal Wetlands 3 Miami-Dade DERM Environmental Cleanup& 8 Biltmore Golf Course Environmental Services Compliance Services 4 FDOT District VI—Environmental Permitting 9 Coral Gables Storage and Maintenance Facility Consultant 5 Miami-Dade DERM Environmentally Endangered 10 Coral Gables Incinerator Demolition Lands Pro•ram RFQ NO.2014-346-YG IJDIS 2-71 H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. About URS ... Since 1904, URS Corporation Southern (URS)has provided a diverse clientele with planning, architectural,engineering design and construction services for projects in the facilities, surface transportation, and environmental markets. We offer the full range of professional services required to build, maintain and improve infrastructure. We plan and design bridges, highways, mass transit systems and airports, as well as water supply, treatment and distribution systems. For the past decade, URS has continually ranked among the industry's top 3 design firms by Engineering News Record(ENR). With over 55,000 employees in a network of over 300 offices,our broad-based expertise is a valued resource for federal,state and local government agencies, as well as Fortune 500 and other private industry clients worldwide. We are one of the largest, global, fully integrated engineering,construction and technical services firms with the capabilities to support the full project life cycle. As a single source for nearly every professional engineering discipline, URS is committed and able to bring unmatched expertise and innovation to every project. We have established a tradition of innovation and dependability in our assignments by providing individualized services and responding to the special requirements of each client and project. With this philosophy, we have successfully solved challenges across the full range of planning and design projects. Location of Staff If selected, the URS team will utilize its Miami-Dade County office located at 7650 Corporate Center Drive, Suite 400, Miami, FL 33126 (with 91 existing staff) as its primary headquarters for administering this contract. It is important to note that URS has comprehensive resources (staffing and offices)throughout South Florida. Specifically, URS has two major offices in the tri-county area, including Boca Raton and Miami. Our total employees over the tri-county area are in excess of 180. First Priority of Resources The URS team is committed to the City of Miami Beach to provide all required environmental engineering services. All key staff listed in this proposal,including management,are available to the City as needed. As demonstrated by the experience listed in this response, URS has a tremendous amount of success providing environmental engineering services for local clients which can be attributed to careful planning of work efforts,the assignment of tasks to appropriate personnel and the commitment of all necessary resources. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32.DATE 12/1/2014 i-SAV.-5":> 33.NAME AND TITLE Dan Levy, PG-Vice President/Principal-in-Charge 2-72 ARCHITECT- ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(if any) 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 URS Group, inc. 1999 04-628-5110 2b.STREET 5.OWNERSHIP 7650 Corporate Center Drive,Suite 400 a.TYPE Corporation 2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS Miami FL 33126 6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(if block 2a is branch office) Carlos Garcia, PE,Vice President and Office Manager 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS URS Group, Inc. 305-262-7466 Carlos.Garcia(ci).U RS.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 b.Discipline b.Experience Index Number Code (1)FIRM (2)BRANCH Code (see below) 02 Administrative 3,250 4 A05 Airports;Navaids;Airport Lghtg;Aircraft Fuel l 06 Architect 307 4 A09 Anti-Terrorism/Force Protection 1 07 Biologist 148 1 C14 Conservation and Resource Management 6 12 Civil Engineer 1,921 12 C l 5 Construction Management 5 15 Construction inspector 664 4 C18 Cost Estimating; Engineering&Analysis 1 16 Construction Manager 607 6 D08 Dredaing Studies and Design 2 21 Electrical Engineer 1,508 1 E01 Ecological& Archeological Investigations 4 24 Environmental Scientist 1,280 8 E09 EiS:Assessments or Statements 3 29 GIS Specialist 238 2 El 1 Environmental Planning 2 30 Geologist 533 4 E 12 Environmental Remediation 6 42 Mechanical Engineer 786 2 E 13 Environmental Testing and Analysis 3 48 Project Manager 2,636 10 G04 GIS: Dev.,Analysis,& Data Collection 1 57 Structural Engineer 905 8 1107 i Iwys;Streets;Airfield; Pay.; Prkg Lots. 6 58 Technician/Analyst 157 5 PO4 Pipelines(Cross Country—Liquid Natural Gas) 1 60 Transportation Engineer 928 8 P08 Prisons&Correctional Facilities 4 Emergency Management 99 2 P1 1 Postal Facilities 1 Hazardous Waste Manager 247 5 R04 Recreational Facilities(Parks, Marinas,etc) 4 Planner-Transportation 202 3 RI I Risers;Canals; Waterways; Flood Control 2 Public Involvement Specialist 144 1 SO9 Structural Design;Special Structures 6 Marketing/Proposal Specialist 375 1 W02 Water Resources; Hydro.;Ground Water 4 Other Employees 36.167 0 Total 53,102 91 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. Less than$100,000 6. $2 million to less than$5 million a.Federal Work 6 2. $100,000 to less than$250,000 7. $5 million to less than$10 million b.Non-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 c.Total Work 8 5. $1 million to less than$2 million 10.$50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE 6/1/14 c.NAME AND TI Carlos Gam.. _—Vice President/Office Manager 2-73 1.SOLICITATION NUMBER(if any) ARCHITECT- ENGINEER QUALIFICATIONS 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 URS Corporation Southern 1981 07-980-5743 2b.STREET 5.OWNERSHIP a.TYPE 7800 Congress Avenue,Suite 200 Corporation 2c.CITY 2d STATE 2e ZIP CODE b SMALL BUSINESS STATUS Boca Raton FL 33487 6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(if block 2a Is branch office) Mario Echagarrua, PE,Vice President and Office Manager 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS URS Corporation Southern 561-994-6500 Mario.echagarrua@URS.com 8a.FORMER FIRM NAME(S)Of 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 c No of Employees c Revenue a Function b Discipline (1)FIRM (2)BRANCH a Code Profile b Experience Index Number (see below) 02 Administrative 2,719 4 C07 Coastal Engineering 3 07 Biologist 211 1 D02 Dams(Earth;Rock);Dikes;Levees 6 08 CADD Technician 1,205 2 E09 EIS:Assessments or Statements 3 12 Civil Engineer 2,866 8 El 1 Environmental Planning 3 21 Electrical Engineer 1,301 2 E12 Environmental Remediation 4 23 Environmental Engineer 845 8 1-102 Hazardous Materials Handing&Storage 2 24 Environmental Scientist 1,473 4 H03 HTRW Remediation 3 27 Geotechnical Engineer 329 1 H04 Heating;Ventilating;Air Conditioning 1 30 Geologist 647 6 106 Irrigation;Drainage 1 36 Industrial Hygienist 134 1 L03 Landscape Architecture 3 39 Landscape Architect 107 0 P05 Planning(Comm., Reg.,Areawide&State) 2 42 Mechanical Engineer 725 2 P06 Planning(Site, Installation,&Project) 3 48 Project Manager 2,419 12 P07 Plumbing&Piping Design 2 57 Structural Engineer 981 4 R04 Recreation Facilities(Parks,Marinas, Etc.) 3 58 Technician/Analyst 819 11 S05 Soils&Geologic Studies;Foundations 4 60 Transportation Engineer 813 7 S09 Structural Design;Special Structures 3 Accountant/Financial Expert 1,337 2 S13 Storm Water Handling&Facilities 3 Contract Administrator 394 2 105 Towers(Self-Supporting&Guyed Systems) 1 Hazardous Waste Mgr./Specialist 1,020 1 T06 Tunnels&Subways 1 QA/QC Specialist 870 1 . UO2 Urban Renewals;Community Development 2 Other Employees 30,396 4 W02 Water Resources; Hydrology;Ground Water 6 Z01 Zoning;Land Use Studies 3 Total 50,798 83_ 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR 1. Less than$100,000 6. $2 million to less than$5 million LAST 3 YEARS (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 b.Non-Federal Work 8 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 8 5. $1 million to less than$2 million 10.$50 minion or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE 2/11/13 C.NAME AN E Mario Echagarrua, , Vice President and Office Manager 2-74 ARCHITECT- EN4INIER QUALIFICATIONS 1.SOLICITATION NUMBER(if any) 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 URS Group,Inc. 1999 79-453-9536 2b STREET 5,OWNERSHIP 1625 Summit Lake Drive a.TYPE Corporation 2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS Tallahassee FL 32317 6a.POINT OF CONTACT NAME AND TITLE T.NAME OF FIRM(if block 2a is branch office) James L.Mayo,Vice President 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS URS Group,Inc. 850.574.3197 jim.mayo@urs.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 Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Index Number (see below) 07 ;Biologist 159 1 A04 Air Pollution Control 2 10 Chemical Engineer 178' 1 Al2 Automation;Controls;Instrumentation 2 12 .Civil Engineer 2,238 2 C07 Coastal Engineering 4 14 Computer Programmer 369 4 C13 Computer Facilities;Computer Service 5 23 Environmental Engineer 850 8 C15 Construction Management 3 24 Environmental Scientist 1,278 6 D04 D-B Preparation of RFPs 1 29 GIS Specialist 220 3 El1 Environmental Planning 5 30 Geologist 566 5 E12 Environmental Remediation 7 44 Operations&Maintenance Personnel 2,476 1 E 13 Environmental Testing&Analysis 6 48 Project Manager 2,129 9 004 GIS:Dev.,Analysis,&Data Collection 6 51 Safety/Occupational Health Engineer 326 1 005 GDC:Digit.,Compil.,Attrib.,Scribing,Drftg. 4 60 Transportation Engineer 852 19 H03 HTRW Remediation 7 62 'Water Resource Engineer 406 I 002 Oceanographic Engineering 4 Accountant/Financial Expert 1,305 5 PO4 Pipelines(Cross-County—Liquid&Gas) 1 'Instrumentation Engineer 212 1 P06 Planning(Site,Installation,and Project) 3 Hydrogeologist/Geohydrologist 166 3 R11 Rivers;Canals,Waterways;Flood Control 3 Oceanographer 3 I S05 Soils and Geologic Studies;Foundations 4 Planner: Transportation 187 8 S07 Solid Wastes;Incineration;Landfill 2 QA/QC Specialist 768 1 S13 Storm Water Handling&Facilities 3 103 Traffic&Transportation Engineering 8 Other Employees 40,963 24 W02 Water Resources;Hydrol.;Grnd.Water 4 Total 55,651 104 W03 Water Supply;Treatment&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 a.Federal Work 2 2. $100,000 to less than$250,000 7. $5 million to less than$10 million b.Non-Federal Work 8 3. $250,000 to less than$500,000 8. $10 million to less than$25 million c.Total Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million 10 5. $1 million to less than$2 million 10.$50 million or greater III IF 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SI t b.DATE 6/1/13 c.NAM • LE James L Mayo.Vice Pr .nt-----) , , 2-75 frl City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Section 2.3: Financial Capacity Dun & Bradstreet Supplier Qualification Report Per the RFP, URS' Finance department ordered the Supplier Qualification Report (SQR) be sent directly from D&B to Mr.Yusbel Gonzalez, CPPB, procurement contact for the City of Miami Beach for this opportunity. The initial page of that report is attached below. D&B Supplier Qualifier Report URS CORPORATION Page 1 of 13 Di$ Decide with Confidence Supplier Qualifier Report To save report(s)to your PC,dick here for instructions. 1. Print this Report Copyright 2014 Dun&Bradstreet-Provided under contract for the exclusive use of subscriber 100150009 ATTN:URS CORPORATION Report Printed:OCT 29 2014 In Date BUSINESS INFORMATION URS CORPORATION URS 600 Montgomery St 26th Fl San Francisco,CA 94111 This is a headquarters location. D-U-N-S®Number.. 04-327-1568 Branch(es)or division(s)exist. Telephone: 415 774-2700 D&B Rating: 5A2 Financial strength: 5A is$50 million and Chief executive: MARTIN M KOFFEL,CHB- over. CEO Composite credit appraisal 2 is good. Stock symbol: URS D&B Supplier Risk: 3 Year started: 1957 SUPPLIER EVALUATION RISK(SER)RATING FOR THIS FIRM:3 Employs: 50,000(65 here) V All amounts are displayed in local currency. 9 8 7 6 5 4 3 2 1 Financial statement High Medium Low date: JUL 04 2014 Sales F: 10,990,700,000 Net worth F: 4,227,000,000 History: CLEAR Financing: SECURED Financial condition: GOOD D&B PAYDEX5' D&D PAYDEX:71 When weighted by dollar amount,payments to suppliers average 14 days beyond terms. 0 100 120 days slow 30 days slow Prompt Anticipates Based on up to 24 months of trade. https://supplierport al.dnb.com/webapp/wcs/stores/s ervl et/SQRReportDispl ay?re portF orm... 10/29/2014 2-76 uns CaCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Section 3.1: Approach and Methodology General Management Approach Project Proposal / Understanding At the beginning of any new project assignment from the City of Miami Beach (CMB or "the City"), we will review information provided by CMB and review any relevant files maintained by DERM. We will discuss the proposed scope and approach with the CMB project manager. Depending on the complexity of the project, a site visit may be warranted prior to preparing a proposal to gain an understanding of site conditions and observe for other details which might affect our approach to the proposed scope of work. URS will then prepare a written scope of work and cost estimate for review and approval by CMB. Project Execution Plan / Implementation Strategy gg^ ` Upon receipt of a Notice-to-Proceed or Purchase Order (P.O.) from CMB, a Project Execution Plan (PXP) will be prepared by Ms. Paula Sessions, our AV° Project Manager, following the standard URS policies and procedures. The purpose of a PXP is to plan the execution of a project thoroughly,to document that lan, and to communicate that plan to all URS project team members. • p The PXP will include client contact, scope of services, staffing plan, project schedule, budget data, quality control program, and other pertinenth information necessary to effectively design a cost-effective project that meets .11Pit)" the needs of CMB. The intent of the PXP is to facilitate project planning before J ro'ect execution. The PXP is distributed to key personnel at the p Y p notice-to-proceed meeting. Project Communications/Interface with CMB We recognize that there is a potential for a variety of environmental services to be provided to CMB through this contract. Mr. Daniel Levy, Vice President, our Principal-in-Charge, has the role of securing all resources necessary for a successful outcome of the contract. He will also provide overall Quality Control oversight for all deliverables to CMB. To provide for consistent communication between CMB and URS, we recommend implementation of a communication protocol that will utilize single points of contact within CMB and URS for each assignment. Ms. Paula Sessions, PG, our Project Manager, has the key role of coordinating all aspects of the contract with the CMB. Ms. Sessions will be the point of contact for the CMB's Project Manager, will manage the day-to-day operations of the contract, and is directly responsible to CMB for our performance on all project assignments. In this role, she will make certain that the CMB's Project Manager aware of the progress being made and all issues requiring CMB's attention are discussed in a timely manner and brought to a quick resolution so as not to affect the overall project schedule. We will use email correspondence extensively and technical memoranda and monthly (or bi-monthly) progress reports, when necessary, to assist in the communication of technical, cost, and schedule issues. Additionally, project status briefings and formal presentations to CMB staff can be scheduled at the discretion of the City. Status briefings, formal presentations, and workshops are encouraged as additional mechanisms to facilitate 3-1 URS rtiCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental communicating significant technical issues, potential schedule delays or other issues which appear significant. Our proposed protocol is flexible and can be easily modified to best suit the needs of the project and CMB. Project Timeline /Scheduling To facilitate timely completion of all work, a dynamic schedule is established and deliverables are identified at the beginning of each project. The identification of schedule activities and significant milestones for each task are provided by the individual discipline leaders based on their understanding of the project scope and their prior experience on similar projects. All major project activities as well as the deliverables are shown on the schedule. Deliverable submittal dates and major project events are classified as project milestones. The activities required to meet these milestone dates are identified and are logically scheduled to support their achievement. Items such as report/specification outlines and drawing lists as well as drawing mockups also are developed. These items, along with action lists,are monitored and updated in conjunction with the schedule as tangible means of tracking the progress of individual tasks/phases and identifying/reacting to problem areas. Schedule tracking is accomplished by comparing project status to planned milestones. Various scheduling tools are available, but we find that simple bar charts are adequate for schedule control of most projects. Project team understanding of what is required is the best resource for keeping a project on schedule. Monthly project schedule reviews by the project manager and the task managers will be a key to keeping the team and CMB informed of progress and identifying any deviations from plan. Scheduling software is one of our powerful project management tools, but we believe there is no substitute for timely and effective communication for keeping projects on track. Dan Levy and Paula Sessions are committed to keeping open lines of communication with CMB and the rest of the project team. Budget Control Controlling costs is one of the top priorities on all URS projects. ,l' • Simply stated, we make money and stay in business by becoming • • the client's budget watchdog. Only if we budget properly and / control your costs can the projects be mutually beneficial. URS ,w,, maintains rigorous internal administrative procedures and systems to monitor the labor utilization and financial expenditures of each ,. itii,, project. The internal systems enable the project manager to k „ , evaluate the timeliness and cost-effectiveness of technical , progress at any time on any assignment. `� Workload/Staff Availability URS has examined the current and projected workloads of all proposed team members and have determined that they have no obligations, either present or future, that would prevent them from performing with excellence on any task assigned to URS under this contract. One of the advantages of being a large firm with significant depth of manpower is that we can handle new projects without compromising our existing commitments. URS' current and projected backlog office-wide is moderate, and our project team has ample capacity for the additional work that will be generated by this contract. Each person shown on our organization chart will be available for assignment whenever their particular skills are required. In short--we are available to begin work immediately upon receipt of Notice-to-Proceed for each project and to complete all work in a timely,cost-efficient manner. 3-2 IMS enCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Risk Mitigation Options Unexpected issues can and do happen. How the project manager and other team members respond to unexpected issues can easily determine the success or failure of a project. The most important aspect of preventing unexpected issues is timely and effective communication. Should an unexpected issue arise during the course of a project,timely and effective communication is key to keeping the project under control, on schedule, and within budget. Our y' project manager will swiftly act to gather the facts of the situation and will report and discuss them with CMB project manager as quickly as practicable. Together, the URS project manager and CMB will analyze available alternatives to resolve the issue and will decide upon and implement the most appropriate course of action. URS will not perform any unauthorized work. Any requested or recommended changes in the negotiated contract scope are first discussed with the URS project manager who will then prepare a draft amendment to the scope describing the change in work and a draft cost estimate for performing the work. The draft scope amendment and cost estimate will then be forwarded to CMB for review and comment. The URS project manager will then finalize the scope amendment and cost estimate and will present a formal task work order to be approved and signed by the appropriate City personnel. Available Facilities and Technological Capabilities If fortunate to be selected, this contract will be managed from our Miami office, located a few miles from the City of Miami Beach. Located just west of Miami International Airport, the full-service Miami office is capable of 48, 'r executing complex projects utilizing the resources of the 90-plus skilled professionals. Consequently, your project needs can be met effectively and efficiently. We have carefully examined the current and projected I i workloads of all proposed team members and have determined that they have no obligations, either present or future, that would prevent them from performing with excellence on any task assigned to URS under this contract. One of the advantages of being a large firm with significant depth of manpower is that we can handle new projects without compromising any existing commitments. Quality Control and Technical Procedures URS understands the importance of Quality Control (QC) in all its professional endeavors. The attention given to this process achieves several objectives; notably, that our work products comply with the quality requirements of CMB, all work meets a high standard of technical quality for project deliverables, and the occurrence of potential errors and/or omissions is minimized. A major component of QC is the performance of reviews at appropriate times throughout a project to evaluate the adequacy of materials, documentation, processes, procedures, training, guidance, and staff required in the execution of the task. Internal procedures require the Project Manager to prepare a Quality Control Plan for each assignment. The Plan addresses the following three key areas: • Project Team Responsibilities • Checking Procedure • Project Reviews 3-3 MIS CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Originator Project Team Responsibilities - Each member of the project Prepares Work team is required to comply with the QC procedures. At specific milestones identified at the beginning of each assignment, QC reviewers will be required to document the review comments, Reviewer sign-off on completion of the deliverable(s), and place a record Checks Work:' of the review in the project's quality review records file. Each Comments member of the project team is encouraged and expected to No inquire of the Project Manager regarding any tasks that may be Originator Consults",Resolution project Manager unclear or require additional clarification. The Principal-in- with Reviewer Makes Final Decision Charge, in turn, is to keep the designated QC reviewers for the Resolution project appraised of the project progress and is to make sure Originator that all deliverables and work products receive timely reviews Revises Work by the QC reviewer. 0 rI` nct Project Reviews - Prior to submittal of major deliverables, the Reviewer Back QA reviewer will conduct an independent review of the hecks Revisio deliverable. This is in addition to routine QC reviews that are Correct conducted throughout the design process. Work that does not meet internal quality standards will be noted and changed Originator Provides accordingly. Subsequent to the reviews, the Project Manager Work and QC will prepare documentation recording the basis of the reviews, Documentation to Project Manager the specific items that were reviewed, the findings of the review,and any follow-up required. Checking Procedure - Throughout the quality review process, all reviews will be documented with either the reviewer's signature or initials to indicate that the quality review was completed. If no changes are required, then it will be so noted. If changes are needed to meet technical standards,then a punch list of the changes will be created. After the revisions are made, a final check will be conducted to confirm that all of the requested changes were implemented. This procedure is documented and placed in the quality review records file. Approach to the Services Requested As identified in the RFP, the City is seeking professional support with the following environmental services. Detailed descriptions of our approach and abilities in providing each have been included below. General Environmental Services: • Environmental Assessments • Air and Water quality testing and monitoring • Environmental sustainability planning services • Environmental support services to achieve and maintain regulatory compliance Contamination Assessment: • Environmental Site Assessments • Oversee and coordinate remediation project • Preparation of sampling and remediation plans and other related documents 3-4 MIS City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental • Other associated tasks related to regulatory compliance • Work on contamination projects in South Florida Environmental and Coastal Permitting: • Prepare and submit applications for and lead agency coordination in obtaining environmental and coastal permits;and, • Prepare supporting documentation required for environmental and coastal permits including but not limited to biological reports,flora and fauna surveys, and other environmental assessments. • 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 Department of Environmental Resources Management. General Environmental Services URS has been providing environmental consulting services for more than 30 years. With over 250 technical disciplines in-house, URS has ' I both the basic and the niche specialties found only within one of the it i largest environmental consulting companies in the United States, for - _ completing environmental investigations and rehabilitation of contaminated sites. Our vast expertise includes offering assistance to w our clients with the preparation of restrictive covenants, brownfields programs, grant applications, and cost recovery/cost avoidance estimates. Our professionals proposed for this contract have years of t. diverse experience providing comprehensive environmental services ' " .. which include both contamination assessment and hazardous waste remediation services focused on cleaning up the environment,to biological and ecological studies which focus on preserving the environment. Environmental Investigation and Rehabilitation ; �• • We strongly believe that the most practical and cost-effective '; strategy for rehabilitation of contaminated sites is using a Risk _ •-' Based Corrective Action (RBCA) approach for site closure. URS illy '� k Ng�#vY ww �, ,,. � has local capabilities and experience necessary to perform all • aspects of environmental investigations, site rehabilitation, compliance and related services at City of Miami Beach owned �gas- �� A '" ° ici" and/or operated sites. We have performed thousands of .,, . environmental site investigations for private and governmental ;_ 74, clients throughout the County and statewide. As former regulators, our staff is not only well versed in Chapter 24 of the Miami-Dade County Code (MDC) but also Chapter 62-780, - 0'4 Florida Administrative Code(FAC). The environmental investigation and site rehabilitation process typically begins after the discovery of a discharge followed by source removal and/or site assessment, risk assessment, active remediation or monitored natural attenuation. The State of Florida's regulatory requirements for conducting the site assessment and rehabilitation used to be governed by individual Chapters in the Florida Administrative Code, 3-5 fr) City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental depending on whether the source of the contamination came from petroleum products or dry cleaning solvents or from unknown sources. However, since June 2013 the State's regulatory process has been streamlined in Chapter 62-780, FAC. Leveraging our strong local presence in Miami-Dade County, and experience having worked with the Florida Department of Environmental Protection (FDEP) and Miami-Dade County DERM on numerous environmental investigation and site rehabilitation projects, URS is very familiar with the regulatory requirements and the changes that have taken place over the years. On projects where DERM has primary oversight, our familiarity with Chapter 24, MDC has been the primary reason we have been able to bring numerous sites to "closure" over the years. Application of the October 2013 amendments to institutional control guidance for contaminated sites regulated by section 24-44(2)of the Miami-Dade County code, has been very helpful to our clients in developing a clear strategy for site rehabilitation. URS' extensive knowledge and experience working within these regulations will provide value to the City. A brief overview of our capabilities and technical approach for the key environmental services required for this contract are summarized below: Environmental Site Assessments 9 s `+ Ranked as ENR's #1 Due Diligence and Compliance Auditing Firm, URS '' under stands the business drivers behind this category of service better than anyone else in the world. In addition to providing these services on lir M . "''f... 11� past projects throughout South Florida, URS has performed thousands of environmental assessments throughout the world, including - .,: .. le"w" comprehensive Phase I and Phase II assessments following ASTM standards r"' as well as a myriad of client-specific protocols. URS has provided these services locally to Miami-Dade County, City of Coral Gables, City of Miami, City of Miami Gardens and to commercial and industrial clients, developers, lending and insurance institutions, law firms, property and asset management firms, commercial and private investors, and state/federal government. Assessments of this type have been conducted for clients prior to property acquisitions or prior to construction to obtain information on property conditions of soil and groundwater at a site due to prior activities on the property. Because of our unique understanding of these services, URS personnel are actively involved in the development and revisions of ASTM environmental assessment standards and many environmental compliance policies for both the private industry and the public sector. Environmental Site Investigations URS' experience encompasses virtually every class of chemical including r1;,--.7.4 .- 7 - , ,‘ dense non-aqueous phase liquids (DNAPLs), volatile organics, pesticides, ._ - PCBs, dioxins, petroleum hydrocarbons, heavy metals, and other 7 --:"7.:::—_,_. inorganics. In support of Miami-Dade County we have performed subsurface investigations involving soil and/or groundwater sampling for . 1� - MDAD, PROS, PWWM, ISD, MDT, and DERM. "` 44 ,;# x _ ,`' Environmental Investigation services have also been provided to local +" ' =�' municipalities and private clients throughout South Florida. ., h , :-- ` .. Documentation of field activities and sampling performed at each of :,1:; 3-6 URS City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental these sites was summarized in a Site Assessment Report or similar document, submitted to the local regulatory agency (DERM) for review and approval. Additionally, we have performed methane gas investigations and monitoring at Ives Estates Park (photo at right), Gwen Cherry Park, Westwind Lakes Park and Virginia Key Landfill. We know from experience that the success of a remediation program depends on the thoroughness of data obtained during the site assessment. We have experience with identifying whether drinking water supplies, wetlands, local residents or other potential receptors may be potentially impacted by identified contaminants. URS understands the importance of performing preliminary site assessments, including but not limited to, thorough review of existing site information and scientific data, including site ownership and/or tenants; aerial photograph review; operating history; product/byproduct inventories; database searches for nearby contaminated sites and nearby well locations; federal, state, and local agency record reviews; regional hydrogeology assessments; public relations issues; site access issues, and other work necessary to assess data needs. URS places major emphases on personal interviews with property owners and/or facility operators. Well inventories are conducted and field verified as part of most projects. Other data gathered usually includes lithology of nearby ,�'� ,' projects, other potential source contributors, aquifer characteristics ,emu and drainage features. _.>, - To streamline assessment activities, reduce the number of monitoring . ; well installations and minimize investigative derived waste (IDW), URS ,: p . routinely uses advanced assessment technologies such as direct push N :p technology, rotosonic drilling methods, and nested microwells to cost ,:-- ,. effectively focus investigations at the source areas or known "hot - . k. - - spots." Advanced Technologies used in site assessments include: • Nested Microwells • Borehole geophysical methods • Discrete depth sampling • Soil vapor survey (Hydropunch®/Geoprobe®) • Bioassays • Sonic drilling • On-site Mobile Laboratory • Deep monitoring well with multiple • Electromagnetic Conductivity(EM) screened intervals • Ground Penetrating Radar(GPR) • Open pit sampling • Sewer line camera surveys ., Ais We work very closely with our clients to clearly define the data objectives for =44 a particular site and jointly make decisions for the next step based on what �. -. .!2 the results are telling us. We keep the solution in mind at all times making sure the data we are collecting will provide value to any remedial alternative; sw i Sr-- be it natural attenuation, risk management, engineering controls, or ��. .`fi, advanced remedial technologies. We also utilize the most advanced available h � g I analytical tools to assist the team in understanding the situation so that a ,�; I prudent and cost-effective solution is reached. This forward-thinking i. . w q 1 i ; 7 approach to site investigations has allowed many clients to reach the solution • L. faster and with lower costs. The adjacent photo illustrates the collection of f 1 p 3-7 MIS CICi ty of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental soil cores during a Sonic well installation to better understand the local geology at a site being investigated by URS. URS has been able to systematically and cost effectively evaluate current conditions, predict future conditions, and lead a clear path to the remedial solution without costly over-analysis and resampling. To expedite the result, we use advanced field, data management, modeling, and visualization tools (such as Field DNAPL Sampling, SiteManagerPro, VisualMod Flow, MT3D, and EVS). Our interpretations and solutions have a strong risk-based component and have been largely unchallenged by the state agencies. Groundwater Modeling / Contaminant Transport - Creating useful groundwater models requires practical experience. URS has conducted more than 300 major modeling analyses over the past 18 years. We employ more than 130 groundwater modelers who have wide-ranging international experience covering many site conditions and regulatory situations. Some staff members have developed pioneering computer programs. In addition, URS was ranked 1st of 13 firms audited in modeling capabilities by the Air Force Civil Engineer Center. In complex geological formations, groundwater models are valuable in the evaluation of flow and transport processes taking place in the formations. Understanding these processes is crucial in the design and control of groundwater contamination at a site. URS uses intelligent mathematical modeling as a means for a better understanding of site conditions. We use models to: • Design cost-effective remediation systems and optimize groundwater management strategies; • Demonstrate what remedial goals can realistically be achieved; • Evaluate effectiveness of existing remediation systems as part of optimization analyses; • Evaluate Natural Attenuation (NA)as a low-cost remedial alternative; • Estimate contaminant concentrations as input to human health-risk assessments; and, • Develop graphical presentations (in conjunction with GIS/data visualization packages) of complex site conditions in support of decision making with regulatory, public, and legal entities. Risk Assessment (Human Health and Ecological) - URS understands and takes advantage of the multidisciplinary nature of environmental consulting. Risk assessment (both human health and ecological) is integral to URS' approach to investigation and management of potential risks at our clients' sites. Our risk assessors play a key role in minimizing overall project costs and maximizing client benefits such as: • Gaining public and regulatory acceptance, • Protecting public health and the environment, • Focusing on probable future land uses rather than hypothetical ones, • Meeting deadlines, • Minimizing costly investigation and remediation. The purpose of risk assessment, both human health and ecological, is to support informed, insightful management of risk at our client's sites. Risk management can take many forms, ranging from no further action and simple periodic monitoring, to limited or "hot-spot" remediation, to large-scale, intrusive remediation. The risk assessment process must obtain information needed for decision making and should focus efforts on information that will actually be useful in mitigating actual or reasonably foreseeable health 3-8 TARS irDCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental risks (as opposed to those that are merely hypothetical). URS staff understands the complexities, costs, application, and relative values of various types of information and are specifically trained to employ the risk assessment framework to optimize costs, effort, and benefits while meeting complex regulatory schedules and requirements. The ultimate product delivered to the client is the most acceptable site closure solution available. Underground/Aboveground Storage Systems ,,,, v - URS has extensive experience related to the modification, repair, ' underground �• k li� removal, installation and/or abandonment of under -• •-- '. a or above ground storage systems (UST/AST) pursuant to Chapters 62- 761 and 62-762, FAC. Under a contractual agreement with the Florida ......„, —...-.......4.„-�. Department of Environmental Protection (FDEP), DERM is administering ! .-._e.' : the compliance and enforcement program for USTs and ASTs with the -> .ip, " understanding that the County will enforce more stringent requirements , that have been adopted by Miami-Dade County pursuant to Chapter 24, ..-1,-%,- Miami-Dade County Code. As examples of our success, URS provided simultaneous underground storage tank site assessment (soil and ground water) and remedial design engineering services at approximately 30 former Conoco service stations located across the State of Florida. In addition to the Conoco service station projects, URS has also conducted environmental assessments and remediation of 900 BP/AMOCO sites across the State of Florida, including Miami-Dade County where we have managed more than 200 sites. As an example, for Miami-Dade County, URS provided these services at the Central Bus Oil/Water Separator facility, the Taxiway T project at MIA, and Tamiami Building 508 at the Kendall/Tamiami Executive Airport. Remedial Design I- '4., : - '- URS is the largest and most capable design firm in the nation. In fact,we have ranked in the top 3 Engineering Design Firms by the ,'; Engineering News-Record (ENR)for the past decade and number i' I , 1.- -i , _ FT 1 in Hazardous Waste in 2013. URS' engineering design capability -fir•-;aR . _ .,�.,_ $1 TM ,t, r , i s has enabled us to be the leader in the application of both I , " :, `"- innovative and conventional technologies to meet demanding - �, - ''r' regulatory requirements and difficult site conditions. Our ; - T.- - -- • engineers have experience in design, permitting, generating F .. 1 -` 3 contract documents, shop drawing review and inspection for a _ ; wide range of remediation projects. These projects include geotechnical, hydrogeological and process/chemical engineering '' ,. - „. _! components such as reactive walls,containment, biosparging,and oxygen/hydrogen release compounds. While active or passive remediation may be the best alternative for some projects when site closure with no restrictions to the property is required, increasingly, clients are considering closure with conditions to meet their budgetary limitations. URS has been successful in designing engineering controls for defined on-site groundwater and/or soil contamination plumes. This allows the owner to leave the contaminated media in place, but with restrictions as to the property usage (recorded on the property deed) and physical controls to prevent human exposure to the contaminated media. 3-9 URS CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental As an example, URS designed an engineering control in the form of asphalt pavement adjacent to the maintenance building for arsenic contaminated soils at the Biltmore Golf Course maintenance facility. This will save the municipality potentially hundreds of thousands of dollars as opposed to digging out the contaminated soil and hauling away for off-site disposal. Engineering controls are also proposed for the Venevision project and the Country Club of Coral Gables as well, in order to reduce the overall project costs and to bring the sites to closure with the regulatory agencies. Institutional controls have been proposed by URS and will be implemented with a Restrictive Covenant on County projects at Site 5 (Opa-locka Airport), South Dade Wastewater Treatment Plant EMD project, and the property adjacent to Venevision Studios. However, should active remediation be required on a Miami-Dade County project, URS will be able to provide the most value to County because of our broad range and depth of remediation capabilities in selecting the appropriate remedial alternative that best fits the County's budget and the regulatory construction schedule. ' W7 Y iwx b 41 ° E`a Once a remedial alternative has been selected i 1:4°' k. ?1, k,,zt!..T,! and Remedial Action Plan has been prepared, our design engineers will develop the ' -�E conceptual design and work with DERM through completion of the final design 11"bc; x>, 11 drawings. Continuous support is provided 41. K:` through the entire process, even after the �.,, �, . • a • design is complete, by obtaining necessary•a r. ., J;> � � " �`. .41 permits, providing bid documents and assisting with contractor selection, overseeing construction and approving shop and as-built tdrawings. As examples, URS has assisted ` Miami-Dade County through the bid process, contractor selection and overseeing construction on the WECA Pond source removal project at MIA (pictured to the left) and for the City of Coral Gables on the Country Club of Coral Gables source removal project and the Biltmore Golf Course source removal project. In cases requiring application of physical and chemical treatment technologies, field and laboratory pilot-scale testing may be performed. Results of pilot testing are subsequently used to scale up and generate construction and fabrication specifications. URS has conducted pilot testing to evaluate specific site characteristics including: • Efficacy of biological treatment; • Effectiveness of sorption,fixation and solidification techniques; • Laboratory testing to optimize selection of resins and materials proposed for physical barriers; • Optimal selection of resins and materials for physical barriers;and • Efficacy of soil vapor extraction and air sparging systems. 3-10 us CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Once the conceptual design and pilot testing are complete, URS uses the following approach to overall project design and implementation: • Provide design of selected alternative for client approval; • Develop plans and specifications in accordance with regulatory requirements and client procurement procedures; • Develop necessary documentation for regulatory permits. URS can assist in preparing all environmental permit applications, including air quality permits and RCRA, TSCA and NPDES permits for storage/discharge/disposal of waste materials, as well as building permits, as appropriate to the remediation project; • Prepare bid documents for procuring the services of a contractor; • Prepare a construction management plan and initiate the selected remedial option; and • Evaluate site reports, design specifications and as-built documents for adequacy of treatment criteria, system efficacy and cost-effectiveness. URS' designs are completed using currently accepted engineering practices under a rigorous quality control program. For this contract, our design work will be completed under the technical direction of a senior design engineer who will be responsible for checking all calculations and drawings and providing final approval and project signoff. The design team will work closely with our construction personnel to verify that all aspects of the design are constructible in the field and will meet the objective of the remedial solution. URS has developed extensive experience in designing and installing groundwater and subsurface treatment systems, either in combination with product recovery systems or as stand-alone plume containment systems. URS' proven track record of effectively implementing groundwater remediation projects and obtaining site closure for clients has been achieved by successfully integrating two key factors: 1. Properly identifying the nature and extent of contamination associated with the affected subsurface area and; 2. Engineering systems to properly address contaminant removal to meet regulated discharge standards and provide cost-effective, long-term value. URS' design team maintains an interoffice design information network which provides company-wide design engineering support, consistency, quality control and adherence to industry standards. URS' experience with designing advanced technologies includes: • Groundwater Circulation Wells • Bioremediaton-Land Farming • Phytoremediation • Bioremediation Engineered Soil • Phytoextraction • Bioreactors • Enhanced Free Product Recovery Systems • Low Temperature Thermal • Funnel-and-Gate Plus Reactive Walls • Desorption • Natural Attenuation • High Temperature Incineration • Biocomposites • Physical and Chemical Destruction • Oxygen/Hydrogen Release Compounds • Vacuum Enhanced Product • Biosparging • Skimming • Soil Vapor Extraction • Accelerated Bioremediation 3-11 MIS CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental URS has performed numerous remedial designs in Miami-Dade County as well as throughout the United States and Europe. Our remedial designs have included LNAPL and DNAPL recovery systems, in-situ groundwater treatment systems, pump and treat systems, methane gas collection systems, wastewater treatment, fully automated groundwater recovery systems, biopolymer groundwater capture trenches, soil vapor extraction systems, impermeable barrier walls, source removal, soil stabilization, source containment, jet grouting, liner, capping, and landfill design. For Miami-Dade County, we have provided these design services for Ives Estates Park,Westwind Lakes Park,Concourse C and WECA Pond,as an example. Environmentally-Related Construction As a full-service environmental remediation contractor, URS can provide integrated solutions to the complex problems associated with remedial construction oversight and can provide value added services to CMB by verifying systems are properly constructed and maintained. _Since we provide the full-range of environmental construction and _ . r • operating services to support remediation for industries and governments worldwide, we provide the most comprehensive "toolbox" - of proven and innovative technologies in the industry, allowing URS to pass on proven cost reduction alternatives and creative approaches to Y> accelerate remediation projects. The adjacent picture depicts URS' .. -r• * construction Y oversight of the methane gas collection system at Ives _..� , Estates in Miami-Dade County. Remedial Construction Oversight - Our experience with remedial •3 ;, '' system construction and oversight includes a wide range of on-site treatment systems including, single media treatment (e.g., groundwater) and multiple media treatment (e.g., groundwater and soil vadose zone). Our remedial construction services staff and technical support personnel are leaders in innovative and conventional process technology application and have written O&M manuals and trained client personnel in safe and efficient operation of remedial systems. Our experience with self-performing remedial construction and O&M services includes: • UST and AST Tank Removal and • Landfill Construction and Capping Replacement • Containment Systems-Slurry Walls and • Source Removal Sheet Piling • Soil Remediation • Decontamination • Groundwater Remediation • Demolition • Sludge Remediation • Radioactive Waste Cleanup • Pits/Ponds/Impoundments Our remediation construction oversight experience encompasses a wide range in private and public sectors, including industrial, commercial, entertainment, airport, education, correction, transit, and public works facilities. In addition to overseeing projects under the traditional bid method, we are also experienced in overseeing the design-build delivery method. As a licensed General Contractor, URS is one of the few g g ry , 3-12 URS City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental remaining environmental engineering firms in Florida that has both self-performed remedial system installations and/or used our expertise in a construction management/oversight capacity for our clients. As such, URS can utilize its first-hand knowledge of remedial systems to verify that a given contractor performs remedial system installation activities in a professional and cost effective manner. At the point of a remedial system installation oversight assignment, URS will work with the County to ascertain competitive bids from contractors and support in the evaluation of their respective qualifications, price and schedule. During the course of the construction URS would monitor percent complete versus schedule to support pay applications and verify that critical milestones are achieved in a timely manner. Additionally, we would respond to any Requests for Information (RFIs) and incorporate any specific user department protocols for construction oversight. An example of where URS successfully implemented a project of this nature for Miami- Dade County is the Coral Gables Incinerator Stack Demolition. This challenging project was completed on budget and on schedule. Source Removal - Source removal is an effective 1 °'"! approach to reducing the potential exposure to A contaminants at a site which can be an .' , -' immediate health hazard and shortening the -> ►+ �= a, time to achieve site cleanup. The approach is to �-- remove the hazard from the site, be it " F s '1 contaminated soil or contaminated groundwater. As examples, source removal may consist of `'*h excavation of contaminated soils to prevent their ; ^k' ,P, further leaching contaminants into the groundwater, or removal of free-floating petroleum products from the groundwater. URS r x.� 3 �� ��� r rte� � � ,. � has successfully prepared for Miami-Dade County . ..4" -: , agencies and other local municipalities, Source "� ;.. ;? , •_:; • Removal Plans and Source Removal Reports. For the County, URS has prepared these reports addressing source removals at Concourse C (pictured above), WECA Pond at Miami International Airport, and Site 1 and Building 121 at Opa-locka Airport. For the Concourse C, petroleum saturated soils and free-floating product were removed during two separate phases at MIA, adjacent to active terminals and runways, thereby removing the bulk of the contaminations. For the Biltmore Golf Course in Coral Gables, the top two feet of soils contaminated with arsenic were removed to prevent human exposure and to remove the source of contaminants which were leaching into the groundwater. Construction Services - URS provides full construction services in support of the implementation of recommended improvements. This includes support during the bid and negotiation stage of contracting the work, followed by office and field services during construction. In order to provide for successful implementation of the project, URS has furnished services as the owner's representative to review shop drawing submittals for equipment and materials, periodic and full-time observation, and other services associated with the construction of the proposed facility. Routinely, our experts manage design consultants and construction contractors to help deliver projects on time, within budget, and to the specified quality requirements, with constant attention to the prevention of claims. URS keeps costs in check with sound estimating and budgeting, a realistic decision-making process, tight financial controls, and an effective 3-13 enCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental information management system for project monitoring. Furthermore, we help clients maximize their efficiency with services such as value engineering to improve project functionality and to reduce costs. During the early design phase, our value engineering specialists conduct a rigorous analysis where essential functions are checked to make sure they are procured at the lowest life-cycle cost, while meeting client standards. This approach helps verify that the recommended improvements are implemented according to what is planned. Operation&Maintenance-URS provides professional operation and maintenance services on remediation and construction projects and programs worldwide. As an example, URS has provided repair and restart services to the remediation system at MIA's Concourse F. Start-up activities are routinely furnished, as well as the preparation of appropriate operation and maintenance manuals to thoroughly familiarize the party who will be operating the facility with the proper operation and maintenance requirements. Additionally, URS provided repairs to the sequential batch '"f reactors (SBRs) located at the South Dade Landfill where our team was performing ongoing operation & maintenance (see photo to right). Also, URS conducted a value engineering study of operations for this facility and reduced the operating costs significantly, by lowering the amount of chemical 11 . ■- additives necessary to optimally operate the plant. `- INION 1 To properly perform all of the operation & maintenance required activities at a treatment facility you need a thorough knowledge of engineering, construction, operations, maintenance and the technical issues involved. URS has gained this experience and knowledge first-hand by working with hundreds of treatment systems throughout the country. URS'philosophy for operation&maintenance services is based on four principles 1)provide worker safety, 2)operate and maintain systems at peak facility efficiency 3)achieve or exceed regulatory requirements and 4)employ cost-effective systems and strategies. O&M Services provided by URS include: • Troubleshooting and Consulting • Start-up Assistance • O&M Manual Preparation • Facilities Operation • System Optimization Our Miami based staff includes operation & maintenance experienced individuals who have worked on the largest and most complicated remediation systems in the County. Other specific examples of remediation systems our staff have worked on include: • Ives Estates • Snapper Creek • Concourse E, Miami International Airport • Building 39,40 and 42; Miami International • USPS Blue Lagoon Post Office Airport • Concourse F, Miami International Airport • MDTA NE and Central Bus • South Dade Landfill —SBR • Pan Am Main Base, MIA • Hangar 22, Miami International Airport • Warren Henry Motors 3-14 URS CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Environmental and Coastal Permitting URS has a strong reputation for providing efficient and effective environmental permitting services, and we understand the importance of planning, data collection, and regulatory agency coordination in the early stages of a project. We possess in-house literature and databases with the most current available information, which are used by our staff biologists to review important project-relevant information (such as listed species' utilization, soil types, land uses, and documented wetlands/other jurisdictional resources within the project area) prior to site evaluations and regulatory agency consultation.We have a highly-trained biological staff who maintains positive working relationships with various regulatory resource agencies throughout the state of Florida. We conduct pre-application consultations with the appropriate permitting agencies in order to establish practicable avoidance, minimization, and mitigation measures, while maximizing design efficiency. We also coordinate with the reviewing agencies throughout the permit application review period, to obtain input from agency staff and avoid unnecessary delays in permit issuance. Upon receipt of a permit, we thoroughly review the permit conditions and provide guidance to the permittee to verify that the conditions are successfully achieved. Coordination with Regulatory Agencies URS is a leader in efficient and successful regulatory permitting for projects of all scope and size. We maintain strong working relationships with regulatory agencies at the local, state, and federal levels and have a deep understanding of the specific criteria and regulations established and enforced by each of these agencies. We understand the importance of agency coordination early in a project's planning phase in order to maximize efficiency of the regulatory review process and minimize potential adverse impacts associated with the proposed activity. Our qualified staff specializes in obtaining Environmental Resource Permits (including State Water Quality Certification) and Federal Dredge and Fill permits, Gopher Tortoise Relocation/Conservation permits; National Pollution Discharge and Elimination System (NPDES) permits, water use/dewatering permits, and various types of right-of-way permits. We have coordinated extensively with United States Environmental Protection Agency(USEPA), U.S.Army Corps of Engineers (USACE), OSHA, Florida Department of Environmental Protection (FDEP),SFWMD, U.S. Fish and Wildlife Service(FWS),and the FDOT;as well as various municipalities. Our staff is also knowledgeable with National Environmental Policy Act (NEPA) regulations and has compiled numerous NEPA documents for both public entities and private sector clients seeking federal funding for the design and/or construction of projects. Our experienced staff has prepared detailed Environmental Impact Statements (EIS), Environmental Assessments (EA), and Categorical Exclusions (Cat Ex) for projects located throughout the United States and Puerto Rico. Wetland Mitigation Design and Monitoring Our team of qualified environmental scientists have successfully designed, permitted,and monitored numerous wetland mitigation sites across the state. Our mitigation projects have ranged from restoration and enhancement of existing wetlands to creation of new freshwater and saltwater wetland habitats. Our mitigation designs include grading design, cross-sectional view of mitigation site, and native planting plans. We have supervised the construction and planting of many of these sites, and visually inspected seedlings prior to planting in order to verify compliance with the permitted specifications. In order to maximize cost efficiency and availability of plant material,we utilize various professional nurseries for plant installation services. Our mitigation monitoring services include both qualitative and quantitative wetland and upland habitat monitoring. We prepare thorough monitoring reports which describe existing site conditions, percent coverage 3-15 DRS ejaCity of Miami Beach, Professional A&E Services on an"As-Needed-Basis" .Group B-Environmental of both desirable and undesirable vegetative species, and listed species utilization; and provide photographic documentation of the site. We are proficient in the Florida Uniform Mitigation Assessment Method (UMAM) used by State and Federal regulatory agencies to assess mitigation credits. Habitat Assessment and Mapping Our team of environmental scientists and GIS analysts use a combination of field mapping, aerial habitat assessment, and GIS database review to determine and map the boundaries of wetland and upland habitats within proposed project areas.We have a thorough understanding of the Florida Natural Areas Inventory(FNAI) vegetative communities; the Florida Land Use, Cover, and Forms Classification System (FLUCFCS); and the U.S. Fish and Wildlife "Cowardin" system of wetlands classification. We are also proficient in the UMAM wetland delineation methodology pursuant to Chapter 62-340, Florida Administrative Code (F.A.C.)and the Gulf Coastal Plain Regional Supplement to the 1987 Corps of Engineers Wetland Delineation Manual (Technical Report Y-87- 1).We have immediate access to numerous GIS databases which aid in assessment of the potential presence of state and Federally listed species, soils, invasive vegetation, and a variety of other important natural resources that may occur within a proposed project site. Listed Species Management/Surveys Our biologists have a thorough knowledge of Florida native ecosystems and understand the vegetative,faunal, and hydrologic components of each habitat. We understand the requirements, threats, and regulatory issues associated with various listed species throughout Florida. We have conducted formal surveys for numerous state and Federally listed species including the Florida scrub jay,the wood stork, and the gopher tortoise. Our staff includes a Florida Fish and Wildlife Conservation Commission (FWC) Authorized Gopher Tortoise Agent certified in the survey, relocation, and permitting of gopher tortoises. Additionally, we have prepared numerous Listed Species Habitat Management Plans throughout Florida and have assisted with the design of wildlife crossings and permitting of listed species mitigation banks, prepared NEPA Documents associated with protected species, and performed numerous Section 7 consultations with the U.S. Fish and Wildlife Service (FWS)for various Federal listed wildlife species. Public Involvement on Environmental Projects URS is well versed in National Environmental Policy Act (NEPA) requirements for public involvement and experienced with the implementation of the FDOT PD&E guidelines on public involvement(Part 1,Chapter 11). Public communications, including stakeholder/public meetings, constitutes the backbone of the public/private partnering process and represents a significant forum for sharing information, resolving conflicts and minimizing time consuming institutional and process challenges. Communication of coastal project goals and impacts typically includes the following approaches: • Stakeholder Workshops and Meetings — stakeholder workshops are designed to interact with "traditional" stakeholders, disseminate information on possible alternatives, analyses and decisions of stakeholders,and provide stakeholders with information,comments and advice. • Public Workshops and Meetings — public workshops are designed to involve "non-traditional" stakeholders to receive information,comments and advice. URS has used these workshops as a general forum to disseminate information on possible approaches,analyses and decisions. 3-16 URS fnCity of Miami.Beach Professional.A&E Services on an"As-Needed-Basis" Group B-Environmental • Documentation of Stakeholder/Public Opinion — URS records and files stakeholder and public feedback and comments on the project from workshops and any oral comments, written comment forms,letters,emails and telephone conversations. • Implementation of Non-Traditional Approaches - URS can implement special needs and targeted community programs including the use of focus groups, community advisory committees, preparation of materials for a focused stakeholder newsletter,community meetings and informal workshops. As the Engineer-of-Record for the Biscayne Bay Coastal Wetland Project, a large-scale coastal restoration project along Biscayne Bay for the USACE and SFWMD, URS was responsible for conducting numerous stakeholder, public and agency meetings workshops to describe the restoration project convey and project objectives and potential impacts. Attendees and Participants in the workshops and meetings included local governments, including the Village of Cutler Bay; Village of Palmetto Bay; Miami Dade County Water and Sewer, Parks and Recreations and Special Project Departments; State and Federal agencies including FDEP, FWC, FDOT, USACE, USFWS, NPS,and DOI as well as local stakeholders and independent organizations including the Deering Estate and local agricultural interests that had project concerns. URS prepared all presentation materials and represented the South Florida Water Management District in all project communications. URS prepared a digital video presentation on each element of the coastal restoration project including a 3D visual simulation of the project plans clearly illustrating before and after-project conditions to address local community and stakeholder concerns with project implementation. Copies of the digital video simulation were available to all meeting attendees and available upon request. This video simulation was a cost-effective tool to communicate and document the project and its major elements at an intermediate level of design(60%)and gain consensus and public support for the project. Furthermore, URS assisted the City of Fort Lauderdale with developing press releases to inform the adjacent businesses, residents and visitors of the forthcoming beach fill activities, describing the temporary truck traffic required by the project;and informing the concerned local stakeholders that the emergency beach fill would be conducted in a legal, permitted, and environmentally responsible manner that address the concerns regarding the endangered sea turtles, the critical offshore hardbottom habitat, and the offshore endangered Staghorn (Acropora cervicornis)and Elkhorn (Acropora palmata)corals. Other Related Environmental Work As a single source for nearly every professional engineering discipline, URS is committed and able to bring unmatched expertise and innovation to every project. We have established a tradition of innovation and dependability in our assignments by providing individualized services and responding to the special requirements of each client and project. There is an inherent value in working with an organization that maintains all the required expertise in house, locally, necessary to support your challenges. Continuity of quality and service are key indicators of a "Best Value"organization such as URS. In addition to maintaining a team of professionals with capabilities and skills to get the job done right, our team's continued involvement in many of the County's ongoing environmental projects provides an institutional knowledge, eliminates the learning curve, and allows solutions to be implemented as efficiently and cost effectively as possible. The following is a summary of the additional environmental services our team is capable of providing to the City of Miami Beach if selected for this contract. 3-17 us , _ . nCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Best Management Practices es-,,,„--,-- URS believes that Best Management Practices (BMPs) mean taking improved actions to Blllmare CCarolG pIn HFlo ante Facitit4 achieve improved results. BMPs are not"one size fits all.”A BMP suitable for use in one Carol G WJn-Florida (kmher A.NMI -__ area, may not be suitable in the next. The best practice should be used to meet the site- - i_k, , specific needs. One of the many benefits of a consulting firm the size of URS is our ::r14';,_;;;,,, ,,',,,,,4 ability to leverage our national network of experts to share innovative solutions to t 1'=f, n unique challenges. Often times, clients contact URS for our expertise and our ability to __p,'`b--07—KyP] 34A ___ find solutions to challenging projects. As an example with the City of Coral Gables, URS prepared a Best Management Practices document for operations at the Biltmore Golf `'c }i� "S Course Maintenance Facility to provide the golf course operator with sound and proven management strategies at the maintenance facility with respect to environmental protection and water quality protection. The maintenance facility is the location where pesticides are unloaded from suppliers, mixed prior to loading into applicators, and where mowers and other equipment are serviced. Considering the nature of these operations, this is an area of the golf course where soil, groundwater and surface water contamination can occur if these activities cause spills of chemicals or if rinse-water from washing containers and equipment are discharged or dumped on the ground after use or discharged to into surface waters. The BMP provided guidelines for the facility to operate effectively and minimize potential contamination concerns resulting from the facility use. Asbestos,Mold and Lead Paint Surveys URS professionals have been involved in environmental engineering, surveys and remediation design at the local, state, and federal level since the early 1970s. Along with environmental emergency response activities, URS' staff has completed thousands of assignments for public and private customers in areas including: asbestos and lead-based paint regulatory requirements; emergency response; air/water quality issues; health and safety; and logistical planning associated with minimizing community disruptions associated with construction activities. In addition, we have a Board Certified Toxicologist on staff to assist with human health risk assessment issues and determining applicable remediation cleanup goals. Dredging Many stakeholders are increasingly involved in the management of sediments, including water management districts, port authorities, regulators with environmental responsibilities, owners of dams, maritime and other industries located on the waterfront, fishermen, and recreational users of freshwater and marine waterways. Contaminated sediment management issues include: assessment of human health and environmental risks, remediation (if warranted), and prevention of recontamination. Navigational dredging involves these, plus regional planning and beneficial use of dredged material issues. URS is a leader in all aspects of sediment management with demonstrated expertise in each of the multidisciplinary requirements of managing contaminated sediment and navigation projects. We help clients establish project goals, define data gathering objectives, determine regulatory requirements, communicate the trade-offs between risks/costs/benefits, and develop widely accepted, cost effective management strategies and sediment management plans. 3-18 MIS frlCity of Miami Beach . . Professional A&E Services on an"As-Needed-Basis" . Group B-Environmental • • Sustainability Planning Services URS believes that sustainability is not a single end point, but a long-term approach that presents both opportunities and challenges to our clients. URS is determined to make a positive impact on quality of life for our clients, our environment and future generations by working project-by-project, client-by-client to design better sustainable solutions. Six principles guide URS'approach to sustainable design: We believe in a future where sustainable design is inherent in every project. URS anticipates a future in which "green building" and "building" are one in the same, and embraces the fundamental calls to action for sustainability, including product stewardship, comprehensive solutions for climate change,green infrastructure,and renewable energy. URS has set up our practice to reflect this evolution by promoting sustainability education and certifications for staff, launching an initiative to refine our approaches to be more sustainable for projects across the board, and "walking the talk" for sustainability by requiring all new USA offices be certified under the USGBC LEED program. We believe sustainable design must begin with a global perspective. URS is not just about satisfying individual boxes on a rating checklist. Our approach begins with our client's goals—what end result you want to achieve in terms of your carbon footprint. A deep understanding of the global sustainability implications of how sites and buildings are planned, designed and constructed is critical to developing the best possible sustainable solutions for a client. For each project URS provides, under one "roof," the full spectrum of knowledge needed to develop integrated and truly comprehensive sustainable designs—from in carbon footprint inventory and analysis, greenhouse gas emissions, alternative energy sources, brownfield redevelopment, energy auditing and efficiency modeling as well as corporate sustainability standards. We believe sustainable design should be inclusive—considering the human as well as environmental ramifications of our building choices. URS' approach captures both the heart and minds of our clients. We bring together the key stakeholders throughout a project—through interviews, focus groups and charrettes—to help inform and educate on sustainability, the various certification processes, and gather ideas and aspirations for the future. This healthy exchange of ideas between client leadership, stakeholders, and our experts helps us to identify our client's key values. We believe this leads to a greater understanding of how the building design can improve the quality of life of its users in addition to making a positive impact on the environment and the client's bottom line. We believe sustainable design should be developed through an integrated,structured approach. After overarching goals are established, the search then begins for the best possible combination of applications to achieve these goals. Architecture, engineering and design principles that broadly focus on enhancing a site, reducing consumption of natural materials and conserving energy are weighed and selected. As a project becomes more site and building specific, our team then applies the particular rating system preferred by the client, which may be carbon savings and lifecycle costs related, LEED (Leadership in Environmental and Energy Design), the Green Globes, CHPS (Criteria for High Performance Schools), Governmental, Agency specific programs, BREEAM (British Research Establishment's Environmental Assessment Evaluation Method),or similar systems. 3-19 URS traCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental With a network of over 55,000 employees, each project team is comprised of an integrated team of specialists whose jobs are sustainability. This talent pool includes a vast array of professionals with specialized expertise in the USGBC LEED program-300 of whom are LEED Accredited Professionals—who know the intricacies of LEED credits,the nuances of the reference requirements,and the cost implications of seeking each credit. We believe sustainable design should constitute a balance between effective practices and cutting-edge concepts. Working successfully on over 150 LEED/sustainability projects across the United States has endowed URS with a wealth of experience and lessons learned.These projects include the first LEED Certified Manufacturing Plant in the USA,first LEED Certified High School in Michigan, and the first Hydrogen Fuel Cell Power Plant in Michigan. Through this experience we have become adept at finding the right balance between proven practices and cutting-edge concepts to best promote energy efficiency, resource conservation, health, and productivity—the keys to a sustainable future. We believe sustainable design must embrace the organizations culture and history. URS brings passion, innovation and leadership to sustainable design, qualities that mirror the green movement that has taken root and grown vigorously across the nation. We admire and acknowledge the many contributions that various organizations have made to the advancement of sustainability,including: • Hiring of Sustainability Officers • Establishment of"Sustainability Strategy"or"Green Goals". • Mandates to achieve energy reductions. Each organization is unique in its approach to sustainable design and URS designers and engineers are experts at listening, understanding and implementing what is important to your specific culture. URS embraces and is experienced working within this spirited and innovative context, and believe our philosophical approach will help achieve extraordinary results for our clients and our environment. 3-20 erlCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental Appendix: Additional Requested Information Al: Firm Licenses and Certifications State of Florida Department of State I certify from the records of this office that URS CORPORATION SOUTHERN is a California corporation authorized to transact business in the State of Florida, qualified on April 9,1981. The document number of this corporation is 848780. 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 Tallahassee,the Capital,this the Third day of January,2011 - 16* 044A .00 Secretary of State Oft ws Anthenticatlon ID:CI1199175317 To authenticate this certifcate,visit the following site,euter this ID,and then follow the instructions displayed. https:llefle.sunbizorglcertau thver.htm 1 A-1 URS rnCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental State of Board of Professional Engineers Attests that URS Corporation Southern ,, F 0 RI Ht.t~t.. 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 CA Lic.No: Audit No: 228201501700 Certificate of Authorization 2 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 6' f,.... BOARD OF PROFESSIONAL GEOLOGISTS ;'�.. `--L'b.. LICENSE NUMBER rs it 1,. ✓-' GB327 The GEOLOGY BUSINESS ' ' Named below IS CERTIFIED #; 3 `' Under the provisions of Chapter 492 FS. Expiration date: JUL 31,2016 D'.' .'.' ' D URS CORPORATION SOUTHERN i• • 600 MONTGOMERY ST , ,t r''1 i• '' 25TH FLOOR t SAN FRANCISCO CA 94111-2727 - &..,. '—fir•" ' - <. c D at.r . a Nr • Rj Rte` . ISSUED: 06126/2014 DISPLAY AS REQUIRED BY LAW SEQ 0 L1406260001442 Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.:LB6839 "4.Xt[ Re•irti of Professional Goya-vors and Wipperc w' 1.-1 _ 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 Expiration TJate. February 2i3,2015 �7C E- Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes URS CORPORATION SOUTHERN ,,//�� 600 MONTGOMERY ST FL 25 G �.�..C�y.. w� SAN FRANCISCO,CA 94111-2727 ��" ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE This is to certify that the professional surveyor and rapper whose name and address are shown ahose is licensed as required by Chapter 472.Florida Statutes. A-2 MIS I fnCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental A2: Staff Licenses and Diplomas The following section contains copies of applicable licenses and diplomas for our project team provided alphabetically. 'Nil 3 :-IIN/ co _ <4- O al 0 241ZII cis as 4.) = JC) *41%4 = Cc• ++� C .2 U N g 6. t d Q) 0 u - a Ut U.1 + 0 0 = 0 ri fs. taut . t:s E a 0 cn = o 40 2 tat .Z. i "IJii1iIH. g •... �_ „,Nspoialat •�' IV .o '7) PIA o '‘.41)ip Ut tt P '= -2.-° g .,, 3_3 „ si tit ..= •_. , .3_,, -t:, .., 3.4 3.4 cz rz c.3 ,.. legA tz ",.E >, 0 f w, .. c 3 - 4 Vi v.) (L) a) .a c 3 48 l 'i 164v A. A-3 MIS I City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental DBPR-GARCIA,CARLOS F,Professional Geologist Page 1 of 1 8:52.17 AM 101312014 Licensee Details Licensee Information Name: GARCIA,CARLOS F(Primary Name) (DBA Name) Main Address: 443 BLUE RD CORAL GABLES Florida 331462103 County: DADE License Mailing: LicenseLocation: License Information License Type: Professional Geologist Rank: PG License Number: PG853 Status: Current,Active Licensure Date: 01/04/1989 Expires: 07/31/2016 Special Qualifications Qualification Effective View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Fonda is an.AA/EEO employer.Coovriuht 2007-2010 State of Florida.Privacy Statement under Florida law.email addresses are public records.If you so not Want your email address released,r.response to a public-records request,du not send elecf•:..nic mall to this entity.Instead,contact the office by phone or by traditional mall.If y0,have any questions.please contact 850.437.1395.'Pursuant tc Section 455.275(1),Florida Statutes,effective October 1;2012,'item=licensed under Chapter 455,F.S.must provide the Department with an email address if they have one The emails provided may be used for official communication with the licensee. However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an e.mail address otoich can be made available to the public.Please see our Chapter 455 page to determae if v.am affected by this change https://www.myfloridalicense.com/LicenseDetail.asp?S ID=&id=4CA46DD7E75E31 EB2... 10/31/2014 A-4 Uns rnCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental f ,1 ..{fig / 5 r - Ilii: i ,C, &e.4,7411k 0 fit,._ ..t .. .`'..rr�4 A , !'1'r -. ___ _ Y r 1kkt��1.t wuitlo`!� rt∎al .l�ectordelal$hiersidadl'atalirx AnireeJ.'lello qjf:1io saber: ,, `1 for clla'to,ciu S ;ll�nchillcr ( , ��__ ,,-.' \________ : _ r• c var Il$ � ►li•x Wiirrut arri .r�� natural t`c `�La �1f•1ibd-tia- :u a,1.i 1k iinii hiT it nos iSc etSa6,as>,irai�tc al`iitll[o he 1:t i i`u i3e i i11b ii clllll)3IIo ion logos los rt'ttliI;iitos l'.v itlos,por las'i ejit'spari oblt'llt'rlo, en n0Inbre i t'la 9{tcpllblira n par auloriti:u lit'la tell,It'con�icro el`f'it tilt tie„ ,,_prri,, ,;(--,---- ,...------,-,,,. (--(,....---__-,t,. _, ,c(:,1/4. ',I tgri Cff ras ifl agicalA�olse � I -.loll l't't'slt'`!I i�llolll:t rill:i,.'sec et.'I(I:I 6e es l:i`1llili tt�rsitlati a n t01 u_ ,,tit'a Ii'n tsl'en to6a 1a(iQ itblira al ciudadano: ; ' ' — (,'•` ()Quit �arlvs�'�Ili L�arrii� q�. � co n30 hit �i�l cia b a t con to6oe los 6cr'cth08 quo le otor gn las`i`.'nt . tL-1) l't`i'l0 rual iri io t'l rt'st'lllv1,11./1,0011111 ell 111 Ion l t'l 1'Crt'tarlo,t'lt-till r:Illo II Ike Llos,LJ roresort s de t'stt'Jljstitulo.Q.Tararas,a los iseintinuese tllas t■t'I'nestle septieinbredt'mil lioDerit'illos sett'tlla u seis. ' `tl c ertor, `lit@ t'calto, i 9rofesor, "� f`� 'fi�'� ` l�1-rrrtario, I / !Prolesor •en @1ueSo registraio bait el ilF_°�” Jet`Litre resperliuo. • *owe'to: ' t Fl i onforme a to dispuesto eD el artirulo l32de la'tey de liiiuttrsidades y par disposirion del riudaba `�'rtalk*dela.9loqublicade tlenezuela,serefregda__r�jJ' ttul0dr} To ranriako otorgadoporl7`llniuersia d Yrivatla t,`atolira"`1Ddres`Setlo",dt riuSadann:@�arlos`Jrlix arrta;�., el tlia ueigtiqueue de cep t.de mil tlouericnlo6 setenta It stis; bajo el p.,4?i al folio,_f.' 0/n rnya`J'rittipalbo`_kgistroubliro t11Zeoistrese, dtl istrito't•t'tE e rat. . ttt inistro dclEtturarion, Caracas t it':'e,- det9'"No i 11,' (.C:im:..:3 � !""tsfr 6#tt p* � oiro_.4d °o _ ttrlach otabttfpsltertiiptcaliuttlno ho st rri- Irra;Vk;I..To'1;italo`B251ofai`Lt'30 I'hgili r 4 r rdd Ir lerutr i a s A-5 MIS rbCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental DBPR-KAMATH,VIVEK SANJIV,Professional Engineer Page 1 of 1 84218 AM 10/3112014 Licensee Details Licensee Information Name: KAMATH,VIVEK SANJIV(Primary Name) (DBA Name) Main Address: 9554 NEWPORT ROAD BOCA RATON Florida 334342849 County: PALM BEACH License Mailing: LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 42618 Status: Current,Active Licensure Date: 02/22/1990 Expires: 02/28/2015 Special Qualifications Qualification Effective View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee Ft.32399:.Email:Customer Contact Center::Customer Contact Center:650.497.1395 The btate.:f F!vrida it an 4.4'EEO emok?ver.Couvnuht 2007-2015 State of Florida,Privacy Statement r er Florida law email addresses are pub/;c record's If you clo not:_ant yr, venal addrvov re:eased:r. os-ine to a 2,1,11,-, curds re,e st not send electronic mall to this entity.Instead,contact the office by phone or b;traditional mall.If,ou have any questions.please 97.r 350.497.1395.`Pursu&:t to Section 455.275(1),Florida btatutes,effective October 1,2012,licensees licensed under Chapter 455,F.6.me:t provide the Department wit,an erne:address if they have one The ernes provided may be used for of hciai communication with the licensee. Hoy-ever em9■1 addresses are pubic record.If y ou do not wish to supply a persona;address,please provide the Dapa=tment with an email address which can be made available to tree public.Please see our Chapter 455 page to determine if you are affected 5y this uharge https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=57E4535 DB78F9EDD9... 10/31/2014 A-6 IMS rtaCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental g I 4 .4. ,, 1 --: , t,, . ) ki 1 17 \II \\, .r...---, 4 tiN A ,k , 'zi. I 4S1 r, i Y 4 '-.77dir: \,% i si ,ac 4 I \ 1 t: I 4 :1 ., \t, ,, ,,,t. 1 .,,. _ ., * ,ift, I , \. , , .._ _. • , ,.. .ICAs _ , .,, ), ‘,) ,, 4,) ,it\ ,..,. 11 j 11 ,0*NI, v i ! NI NIA 4 c-- i t St v it °4 ..,,,, 4 i .." I 1 , 4 t i 4 a A-7 MIS City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental DBPR-LEVY,DANIEL J,Professional Geologist Page 1 of 1 8:41:24 AM 10/31/2014 Licensee Details Licensee Information Name: LEVY,DANIEL](Primary Name) (DSA Name) Main Address: 5781 SW 7TH STREET PLANTATION Florida 33317 County: BROWARD License Mailing: LicenseLocation: License Information License Type: Professional Geologist Rank: PG License Number: PG1230 Status: Current,Active Licensure Date: 02/26/1991 Expires: 07/31/2016 Special Qualifications Qualification Effective View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee F4 32399::Email:Customer Contact Center::Customer Contact Center:350.467.1395 The State of Fiorldo is an Se/Sb0 emplo•;er.Coovrioht 2007-2010 State of Florida,,Privacy Statement Under Florida law email addresses are public records.If you do not want your email address released:r,resoonse to a public-records request,o not said electronic mail to this entity.Instead.contact the office by phone or by traditional mail.If',c+j have any quest ions.please contact 550+57.1395.•Purtiant to Section 45.275(1),Florida statutes,effective October 1,2012,iicensee=licensed under Chapter 455,F.S. :u=[ pre-ide the Department with an email address if they have one The erraiis provided may be used for official communication with the:icense HO,,ever email addresses are public record.If you do not wish to s.ipply a personal address,please provide the Department an email addrecs which can be made available to the public.Please see car■ Chanter 455 page to determine if you are affected by this change. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=038861FA1 F13DFBOBF... 10/31/2014 A-8 CICity of Miami Beach Professional A&E Services l on an"As-Needed-Basis" - Group B- Env'ronm . , ' l k r t. 4/t a a-re5°✓ � : bt e i 9. \' git-A � k. , , . r 9 ,,,p j,, R •.« ,m 3W c� Al''( - '#* fi"i+'.W Y V ` -om i P E .e. � e r,,--,,,,‘ 4 . ' a c t� r V_r x y a � �y „SE 0'.'.74A � V , r<r�. , - •,, Alp ,, .., .,,.. _. . .„..i,,,,J .c i . � . ' , ,j, ..t,4 - ,..„ „... „•► �=:.,., ,,., 1 , 1 i , Y 7 • ` ' ' !� ` — • =At- �, 4 F ' n��a} is + t i 11 'V €7 r tit 1 . • L+ ° .�..+ i t,„_k, .,4�' , 1. q+t k n a ' r •' ) 1 Ltia�4 � �,'I t,.,?.,',..:,g,..;;.:‘1”3 E xta,' < �y A i %4 1 ; \\li i i '6' "4 - , 4,z0). .,C.A.;:'ie..*ViiiltitAe.:::-.?!. ,,,atimm,,,, 'k.T.-„,.., .s.,- , 'N, * • ;Y • ,r,2",,ar ' s :s ,gig. t s~: � tom Qy ri A i �Y ' t 4 a" s, e t � y ., y A l�l F k ys a i a s 7n :4�,°r' ,c*a » �?ua ' 4:�x �' � ?6ad.,�.3, au,� A-9 rthCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental DBPR-LUNARDINI,ROBERT C JR,Professional Engineer Page 1 of 1 8:53:17 AM 10/312014 Licensee Details Licensee Information Name: LUNARDINI,ROBERT C JR(Primary Name) (DBA Name) Main Address: 1625 SUMMIT LAKE DRIVE SUITE 200 TALLAHASSEE Florida 32317 County: LEON License Mailing: LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 46657 Status: Current,Active Licensure Date: 04/07/1993 Expires: 02/28/2015 Special Qualifications Qualification Effective View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida a an AA/EEO employer Copyright 2007-2010 State of Florida.Privacy Statement under Florida law,email addresses are public records.If you do not..,ant your ern ail address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone•r by traditional mail.If you have any^question,please contact 850.457 1395.'Pursuant to Section 455 275(1;1,Florida Statutes,effective October 1,2012;Licensees iitensed under Chapter 455,F S must provide the Department with an email address if they have one.The arnaiis provided may be used for official crtnmunication with the licensee However email addresses are public record.If you do not wish to supply a persona:address.please provide the Department with an email address which can be made available to the public.Please see our Chanter 455 page to determine if you are affected by this change. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=F4BF4DD3637B3E2E2... 10/31/2014 A-10 URS erlCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental DBPR-MARKS,EDWARD H,Professional Geologist Page 1 of 1 10.4220 AM 11/32014 Licensee Details Licensee Information Name: MARKS,EDWARD H(Primary Name) (DBA Name) Main Address: 9011 SW 138 STREET UNIT C MIAMI Florida 33176 County: DADE License Mailing: LicenseLocation: License Information License Type: Professional Geologist Rank: PG License Number: PG2553 Status: Current,Active Licensure Date: 12/17/2008 Expires: 07/31/2016 Special Qualifications Qualification Effective View Related License Information View License Complaint 1940 North Monroe Street.Tallahassee Fl 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State yt Fbrida s an 4A/EEO employer.Coovriaht 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records.I`you do not rant your email address released in resconse to a public-recd ds request,do not send electronic mail to this entity.Instead,contact the office by phone r bn traditional mail.If you have any questions,please contact 5.50.457 1395.`Pursuant to Section 455 275:1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S must provide the Department with an email address if they have one.The entails provided may be used for official communication with.the licensee However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made mailable to the public.Please see our Chanter 455 page to determine if you are affected by this change. https://www.myfloridalicense.com/LicenseDetail.asp?S ID=&id=F5 B48210F 89296E91 C8... 11/3/2014 A-11 (II City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental ION `e$ (..„. 1 tri i i i . .. l I (34) * 1.14 tht --= '11:j t % \' W tit �s s or4 $4 ice . % * Vas th4 1 i ,...c.--- ti.t 4 , - _, . ti a ...z- 1 .=, ch., ezi t , b, t „ ......_, CFI Vel tht R.I. ivi 0 ,,,,.,...... ,.... iri_ t:t 1 .4, Is, 4 \k, J i 4 i 11 i Ittilli, t ,.-.. 1 i V g No..... "MO Nj A-12 MIS M City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental } , „s M At yr. f . ' ' 2 y !i ,z..: , ,. µ � � � �ail'�$ 1 400 .... . ,.., ., iy 4/0 We 3 t .Mlle ,r ,. �, � � i' 1 41110,- 441, :Z. ,z,.., 'a 0 -AV t .......; ..., t ' .a. .. rt. �" tin{ �, !M M «. 0 it ' '. . a .Iwo 11. t. iii. 4 r ..,....• . „ ..:. ,, ,, ,4 .,,.-._.i_., : 0..... L , .. ...,,,,„..„...,, •,. , Is „... .0,, iii . ...,.... , .. .. .., .._,•,_. i ,e,.. 1 ..., ,..,•,,.,:,..,..s...,... w , , „.,,,, ,„ . ,4,,,_it. it , . • ...-;,.-,4.-"::=':-• -4 { I, w . om W 4! ABM l, +i��` ar 'A' :".5; &jam Y1111 ,y,„a �C p. , AI `' GAY .•y ,iw y ,: ♦wiA rrw..11i limilipalli ' ,, .,,,,,.., , _ tom A-13 TiRS enCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental mac' rt e g% r .... Y .4":4* Are IA Fi ,.:0301091 tat ./� � Q d Y. =v,,,,,,,,-1 4* tr1 •4•4 • c. * VS .1 st 3'�t w m • • C„t a 6+ • r Cr, at u Rs ti4:, ,... 1W �G G 3■• = ' a tut I. U� V � .0 1.1 :- v '1,/ ... __. . 0 '. ,..0 In t:r - = VI ' 41 1 , as' ' ' cr,. , G! te r ett 4 , ,.--, r7. IP #4.... ice 4.1 , 0.,, • -MP 51 • ,,,,,=4),. ,,,,/,:o,44, _.)..9.As. $.• "' to 0 ri*t 64 ect et o tZt w ■ = 3-• .ft,..0. = tit ,...z. o til �. c=2-, = :h CD 4044,,,,,w 3s 4 = a Or aormscoofrAtfr kt) k Id ‘‘`TIS 3 y A-14 URS (r) City of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental /C I:4 ril,111ffiriP t a E. � G + ia+ , 1/Mil 40 trV t* *4NIN* t3 .". the a . z 44 t::: r - Vs* .17,11 •1... i=r t tA 4 - ,� 41killill G3 + 1r a ,ar ta ,ti A".k Z Z * <Nk! , 41111m. = a =if 04 ttl 1.4 1 z-t 9 .4.. ,,,.„, jot 4. 44 .+W to to %3 .. u, 44,,, '� a );;;ri, ti4,0, +... ....=. w a is /G 0 z 4-* .. �..., !ZS a v■Z' a .40: w :, � � 7-':-`,4 °I1Vrit P ,E.P a z ' 4- a. iOrr. = Z.14iii), litaj, i -7 lia,"=') Li 4,4 Ca h Ik44101 ; II Z A-15 UrtS CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental DBPR-SESSIONS,PAULA DIANE,Professional Geologist Page 1 of 1 8:34:23 AM 10/31/2014 Licensee Details Licensee Information Name: SESSIONS,PAULA DIANE(Primary Name) (D5A Name) Main Address: URS CORPORATION 7650 CORPORATE CENTER DRIVE SUITE 401 MIAMI Florida 33126 County: DADE License Mailing: LicenseLocation: License Information License Type: Professional Geologist Rank: PG License Number: PG1416 Status: Current,Active Licensure Date: 09/17/1992 Expires: 07/31/2016 Special Qualifications Qualification Effective View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 he State of Florida is an.WEED employer.Coovriaht 2007-2010 State of Florida.privacy Statement Under Florida law.ems::addresses are public records.If you co not want your email address released in response to a public-records request.do not send electronic mail to this entity.Instead.contact the office by phone or by traditional mall.If you have any questions.please contact 150.457.1395.'Pursue-it to Section 455.275(1).Florida Statutes,effective October 1,2012-I:cen?ees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. Howe"er email addresses are public record If you do not wish to supply a personal address,please provide the Department with an email address which can be made a,ailable to the public.Please see our Chapter 455 page to determine if you •e affected by this change. • https://www.myfloridalicense.c om/LicenseDetail.asp?SID=&id=17DF05 3492D 8E 3AA4... 10/31/2014 A-16 URS frlCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental . ,r. } cn .; _ , , , :. . . is< , ... , , . . . . . . ., X VI 1_u c HQ z tn .._. r, w HZ 44 3. . "11 Z 3, ,-",'.....0-.... . iz. >•"4 H E , —6 -"F- E 4:1 —::' ' .4':::. H Ci) '13 0 0.) cf) C, 4.) ',Iii C i l F∎-� Z !‹) "� o-/ � O � " � •� *�-► vii w 3 i. -, 1-1-1 [—I o .1 ''' "1 ~6- z : :F• c� �� L �i O a 5t-- ,-;, > • C •.2 vJ 0 III: g �v ¢ A 1ST,_, ..-. „. = tl t% A_,_.„.-,.. . 0 , ...5., ..1 13, W • Em...4 • , '� ' . , � A.17 Uns CICity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental i\t 05 1'4 It. 1 N 2 W u W a W O a m \v 1\1. a_1 I I I I 41 I I 1/4.‘. ,11 41 I I.7 1 jottillii j i V ...‘j N Atl Jati 4t! g iL i , '0.4. ; 111 1, 1 ' ., \\ %. , ut 1. r-N u =I '12-1— , i■ ,, rtg vat 11 \, viri, ...,/,•,:l , ,.f,*-_7.-_-: 1 ., 4 - ‘ . = +smitt---'d 40 1, 'V t \k 1 1 4 5 a 1::: Z V „ p I\ O W V �J \ W 4 402. 1 \ a • -.v„,,, -,..„--- 1 .\\ ,,, 'le, i , )\ 1 i a � W Z 2 (. 4 .." 0 J • 1 V '01"- • alibi. A-18 MIS erlCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental 1 3. p.., . .....i , . ill au I C4 t4 Z V %.. r 4 2 49t c'e .. i inrimprezTh....e4r= = It: •7--. ---'Illiallo Ail i , a ,,,,„4 $.. 14 b..... a i. dit fti...\ s .= „ IS o = rz; a Q , . L a gel ..v. ola ;42=P = E N t4 sa a a= 4 0 A3 :Fi I tn t.1 GI = 1 to 14 °' SEW YO .1=i itiS3 tA. trC 1'4 *-4 �+ acs 'r,,,....i,„ co or ).- -44,,_ , , .,5„, Lii /AI •••=■ iti.,5: P /21-54 iTir3 .41z. st (1;AI'• i f+l5 '&4-4 a = 14 .� '/N7 O1 ail yS ,A,41//NIA, = 3'4 Nt = .W' .a -44 4.40:....-% =,, 4.4 ,,,,,,,4 )-4 ,a4 ze 4.1."13 -M-;.-4174 t arcs Pr' o, M ca 5 ..g iz = 6.0. 1 t4 = t4 3-. ',. -* ' 's cho ••••• C* 4■• i 4 1 A ftror 111, ).,(L''. FO dcz 4— fr5 ' ITa 46 i a I :_fb, , 9 ia, ) -II,,J. ,,, 0 )%\ill°. 4 A-19 URS erlCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental DBPR-WHITESELL,RANDY LYNN,Professional Engineer Page 1 of 1 8:5159 AM 10/312014 Licensee Details Licensee Information Name: WHITESELL,RANDY LYNN(Primary Name) (DBA Name) Main Address: 3209 LOWSON BLVD DELRAY BEACH Florida 334450000 County: PALM BEACH License Mailing: LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 49036 Status: Current,Active Licensure Date: 02/22/1995 Expires: 02/28/2015 Special Qualifications Qualification Effective Civil 08/17/2009 View Related License Information View License Complaint 1940 North Monroe Street.Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The Stare of Florida 7 an.tA,EEO rmpinyer.Copyright 7007-2010 State of Florida.Privacy Statement Under Florida low.oma:1 addresses are;_tin_record;.If you 20 not want your email adi`.re=reirosed'n ronponse to a ccc,c-,ec vd;request.do not send e 9ctrrnlc mall to this entity.Ins`eart.contact the office by phone or by tr•3 d;tlon3•moil.if ;,hwe any qust:on%placed conto.t 150.427 13C°5.', scat to Section;55 275(1: FIcrda Statutes,effective October 1 7012 I,:an;ees I;__nsed under Chan ter 4E5,F.S moot oro,ide the Department with an ernad address it:he;ha,a one The ema:ls provided may be used for orr:c:al commun:cat:on ou;h the licensee. Howe,er emaii addressee are public record If you do not wish to supply a person,:oddrees,pieces pros ide the Deratment with dr.em3ii address which can be made a.iaJyle to the Sea our Chapter 455 page to dezerr..ir.e:f you-re affected by this char•^,e https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=075B6313A2FDC8E773... 10/31/2014 A-20 uRs raCity of Miami Beach Professional A&E Services on an"As-Needed-Basis" Group B-Environmental A3: Comments Regarding Terms Limit of Liability: URS proposes a mutual limit of liability based on Article 14 or a reasonable modification to reasonably share responsibility under the agreement. Additionally, URS requests a mutual waiver of consequential damages to restrict recovery to only direct damages. Warranty: URS agrees to the standard of care set forth in Article 2.9, but proposes that no other term, obligation or interpretation elsewhere in the agreement will modify this standard of care, similar to other government contracts in the State of Florida. Hazardous Materials: URS proposes, on account of environmental services, that the agreement will state that URS is not liable under any CERCLA or RCRA statute or any other environmental law based on existing conditions. Indemnification: URS proposes that it defend the City, as set forth in Article 12, to the extent required to indemnify the City under Florida Statute 725.08. Insurance: URS agrees to the insurance terms in Article 11, except for the following terms: the URS deductible is greater than $150,000; URS cannot provide notice of any claim files against its professional liability policy; the insurance policy may not be countersigned by the company's Florida resident agent; and the URS insurance policies may be provided to City only for review, but not for the City to take possession. Cost and Other Opinions: URS requests that its rework on estimated construction costs, as set forth in Article 4.5, be a reimbursable expense as these costs are outside of the control of URS. Project Documents: URS agrees with the obligations in Article 9, but proposes that ownership of documents, excluding pre-existing information and know-how, transfer upon payment by the City and that any mis-use, reuse or use of incomplete documents be at the sole risk of the City. Quality Assurance: URS requests the contract expressly state that URS, in performing any quality assurance or supervisory services, does not assume the obligations of the third party, including the means, methods or safety procedures or precautions or their compliance with any contract documents. A-21 URS Detail by Entity Name Page 1 of 8 11,41 FLORIDA DEPARTMENT OF STATE ., � DIVISION OF OR'POR TIO S k�61� Detail by Entity Name Foreign Profit Corporation URS CORPORATION SOUTHERN Filing Information Document Number 848780 FEI/EIN Number 59-2087895 Date Filed 04/09/1981 State CA Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 04/24/2000 Event Effective Date NONE Principal Address 1999 Avenue of the Stars Suite 2600 Los Angeles, CA 90067 Changed: 01/02/2015 Mailing Address 9400 Amberglen Blvd. c/o Kristin Jones Austin, TX 78729 Changed: 01/02/2015 Registered Agent Name &Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 12/18/2000 Address Changed: 12/18/2000 Officer/Director Detail Name &Address Title V CARCIA, CARLOS http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/17/2016 - Detail by Entity Name ' • Page 2 of 8 7650 CORPORATE CENTER DRIVE, STE 400 MIAMI, FL 33126 • Title V HENRIQUEZ, STEVEN 7650 W. COURTNEY CAMPBELL CAUSEWAY TAMPA, FL 33607-1462 Title V NOPPINGER, STEPHEN 315 EAST ROBINSON ST:, SUITE 245 ORLANDO, FL 32801-1975 Title S JONES, KRISTIN L" ` . 9400 AMBERGLEN BL VD. AUSTIN, TX 78729 Title V MAYO, JAMES 1625 SUMMIT LAKE DR., SUITE 200 TALLAHASSEE, FL 32317 Title D KEENER, TIMOTHY 1600 PERIMETER PARK DRIVE SUITE 400 • MORRISVILLE, NC 27560 Title.DEVPC BOECHLER, PAUL M 600 MONTGOMERY ST. 25TH FLR. SAN FRANCISCO, CA 94111 Title V _ BAEZ, TEOFILO 5100 NW 33RD AVE • SUITE 155 FT. LAUDERDALE, FL 33309 Title VP.: • BOUCLE, JULIO 7650 CORPORATE CENTER DR: SUITE 400 MIAMI, FL 33126. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/17/2016 Detail by Entity Name Page 3 of 8 Title'VP , • ' COOPER, ROBERT G- • 600 CARONDELET STREET i _ _ . NEW ORLEANS;.LA 70130 ,, Title VP f_ CURSEY, ROBERT E 7650 W. COURTNEY CAMPBELL-CSWY TAMPA, FL 33607 Title VP DEBORD, TIMOTHY, 4168 SOUTHPOINT PKWY , #205 _ JACKSONVILLE,'FL:32544 Title VP - . EVANS, CHARLES`H - . 7650 W COURTNEY CAMPBELL CSWY TAMPA, FL 33607 _ Title VP - _ . - EVERETT, M. JANET. ,`1_ 315 EAST ROBINSON STREET _ , SUITE 245 • ORLANDO, FL 32801 .- . Title VP ' - - - GREGORY, RONALD , ' •, 7650 W COURTNEY CAMPBELL CSWY, TAMPA; FL 336.07 : - Title VP KWADER;THOMAS' _ • 1625 SUMMIT LAKE DRIVE _ _ - TALLAHASSEE, FL 32317 F. Title VP,. ' - - - LEVY, DAN 7650 CORPORA TE CENTER:DR - SUITE 400 . ,• MIAMI, FL 33126 • , . Title VP- DANIEL, WILLIAM 4;-.Jr:MC ; : . . r http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/1 7/20 1 6 Detail by Entity Name - Page 4 of 8 • 7650'•W COURTNEY CAMPBELL.CSWY TAMPA, FL 33607 Title VP, NELSEN, WILLIAM A , 1625 SUMMIT LAKE DRIVE TALLAHASSEE, FL 32317 t` • . Title VP RAE, DAVID R 1625 SUMMIT LAKE DRIVE TALLAHASSEE,:FL 32317. Title VP SAULS; JAMES L 7650 W COURTNEY,CAMPBELL CSWY TAMPA, FL-33607 Title VP SHANMUGAM PANNEER 7800 CONGRESS AVE., SUITE 200 BOCA RATON, FL 33432 Title VP SIERSEMA, EDWIN W ,: 7650 W COURTNEY CAMPBELL CSWY TAMPA,,FL 33607., Title.VP ' STROH, STEVEN L ==l • _ 7650 W COURTNEY CAMPBELL CSWY . TAMPA, FL 33607 Title VP • TALLMAN, DANA K . - 7650 W COURTNEY CAMP.BELL CSWY TAMPA, FL 33607 _. Title.VP WALKER, FREDERICK K : 7650 W COURTNEY CAMPBELL CSWY TAMPA, FL 33607 Title VP - WAGNER; JEFFRY R • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/17/20_16 Detail by Entity Name _ Page 5 of 8 1625 SUMMIT LAKE DRIVE TALLAHASSEE, FL 32317 • Title VP ZEA, CARLOS H 7650 CORPORATE CENTER DR SUITE 400 MIAMI, FL 33126 Title VP ZULOAGA, PEDRO 7650 CORPORATE CENTER DR SUITE 400 MIAMI, FL 33126 Title AVP CRAWLEY, DAVID W 7650 W COURTNEY CAMPBELL CSWY TAMPA, FL 33607 Title AVP LUTES, GARY W 7650 W COURTNEY CAMPBELL.CSWY TAMPA, FL 33607 Title AVP MARKS, RUSSELL 7650 W COURTNEY CAMPBELL CSWY TAMPA, FL 33607 • Title AS BRANDENBURG-SMITH, CAROL 600 MONTGOMERY ST. 25TH FLR. SAN FRANCISCO, CA 94111 Title VP COSTA, LUIS A 7800 CONGRESS AVE SUITE 200 BOCA RATON, FL 33432 - Title VP ECHAGARRUA, MARIO 7800 CONGRESS AVE SUITE 200 BOCA RATON, FL 33432 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/1 7/20 1 6 = Detail by Entity Name - : Page 6 of 8 - Title DP : _ - BISHOP, THOMAS W 1999 AVENUE OF THE STARS SUITE 2600 - LOS ANGELES, CA 90067 •Title Treasurer ; DRISCOLL, KEENAN : _ , 1999 Avenue of the Stars • Suite 2600 _ _ Los Angeles, CA 90067 Title VP . COOPER, ROBERT G, • 1515 POYDRAS STREET. SUITE 2700 NEW ORLEANS, LA 70112 _ Title VP CURSEY, ROBERT E 7650 WEST COURTNEY_CAMPBELL CAUSEWAY • TAMPA, FL 33607• Title VP EVANS, CHARLES H 7650 WEST COURTNEY CAMPBELL CAUSEWAY TAMPA, FL 33607 Title VP POSEY, STANLEY V1/ 1625 SUMMIT LAKE DRIVE - - SUITE 200 TALLAHASSEE; FL 32317 • = Title VP TALLMAN, DANA K 7650 WEST COURTNEY CAMPBELL CAUSEWAY ,, TAMPA, FL 33607 Title VP • WALKER, FREDERICK K 7650 WEST.COURTNEY CAMPBELL CAUSEWAY _ - TAMPA, FL 33607 • Title VP http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/17/201.6 Detail by Entity Name Page 7 of 8 WAGNER, JEFFRY R 1625 SUMMIT LAKE DRIVE SUITE 200 TALLAHASSEE, FL 32317 Annual Reports Report Year Filed Date 2014 01/02/2014 2014 10/20/2014 2015 01/02/2015 Document Images 01/02/2015 --ANNUAL REPORT View image in PDF format 10/20/2014--AMENDED ANNUAL REPORT View image in PDF format 01/02/2014 --ANNUAL REPORT View image in PDF format 08/02/2013 --AMENDED ANNUAL REPORT View image in PDF format 01/02/2013 --ANNUAL REPORT View image in PDF format 01/03/2012 --ANNUAL REPORT View image in PDF format 01/03/2011 --ANNUAL REPORT View image in PDF format 01/04/2010 --ANNUAL REPORT View image in PDF format 01/05/2009 --ANNUAL REPORT View image in PDF format 01/16/2008--ANNUAL REPORT View image in PDF format 02/12/2007 --ANNUAL REPORT View image in PDF format 03/24/2006 --ANNUAL REPORT View image in PDF format 03/23/2005 --ANNUAL REPORT View image in PDF format 03/01/2004--ANNUAL REPORT View image in PDF format 01/16/2003--ANNUAL REPORT View image in PDF format 02/21/2002 --ANNUAL REPORT View image in PDF format 02/13/2001 --ANNUAL REPORT View image in PDF format 12/18/2000-- Reg. Agent Change View image in PDF format 04/24/2000-- Name Change View image in PDF format 02/01/2000 --ANNUAL REPORT View image in PDF format 04/27/1999--ANNUAL REPORT View image in PDF format 12/31/1998 --ANNUAL REPORT View image in PDF format 10/09/1998 -- Name Change View image in PDF format 04/03/1998--ANNUAL REPORT View image in PDF format 09/26/1997 --ANNUAL REPORT View image in PDF format 03/12/1997 --ANNUAL REPORT View image in PDF format 02/12/1997-- NAME CHANGE View image in PDF format 01/29/1996--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/1 7/20 1 6 Detail by Entity`Name Page 8 of 8 03/27/1995 --ANNUAL REPORT View image in PDF format • . Copvriciht 0 and Privacy Policies State of Florida,Department of"State • • • • • • • • • • • • • • 1. { http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/17/2016 DBPR- URS Corporation Southern, Certificate of Authorization Page 1 of 1 • 11:30:04 AM 2/17/2016 Licensee Details • Licensee Information Name: URS Corporation Southern (Primary Name) Main Address: 300 CALIFORNIA STREET 4TH FLOOR • SAN FRANCISCO California 94104. County: • OUT OF STATE • License Mailing: • • LicenseLocation: 7650 W COURTNEY CAMPBELL CAUSEWAY TAMPA FL • 336070000 County: HILLSBOROUGH License Information License Type: Certificate of Authorization Rank: • Cert of Auth License Number: 2 • Status: Current,Active • - Licensure'Date: 05/10/1977 - . Expires: 02/28/2017. . • • Special Qualifications Qualification Effective Alternate Names • • • • View Related License Information • View License Complaint • 1940 North Monroe Street,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center.: 850.487.1395- The State of Florida is'an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy Statement • Under Florida law,email addresses are public records. If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity. Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.*Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email,address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter • 455:page to determine if you are affected by this change. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=B736F8ADC5C7A312EF... 2/17/2016 - Licensing Portal - License Relationships - Page 1 of 1 . • • • Licensee •Name: URS CORPORATION License Number: 2 SOUTHERN • Rank: Certificate of Authorization License Expiration 02/28/2017 Date: • Primary Status: Current Original License Date: 05/10/1977 Secondary . .Active • Status: • Related License Information License Relationship Relation Expiration Status Related Party Effective Rank Number Type • Date Date • 12484 Current,.MCDANIEL, WILLIAM H JR Engineer As 07/18/2013 Professional 02/28/2017 Active • Officer Engineer Page 1 of 1 • Printer Friendly • Return to License Details • Related License Search License Type • View all related licenses First Name Last Name • License Number Expiration Date From To M•1 • 1940 North"Monroe Street,Tallahassee FL 32399 Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 • The State of Florida is an AA/EEO employer.Convriaht 2007-2010 State of Florida.Privacy Statement • Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic.mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.*Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be -. used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. Please see our Chanter. 455 page to determine if you are affected by this change. • • • • • • • • • https://www.myfloridalicense.com/licenseRelation.asp?SID=&licid=2716243 2/17/2016 DBPR - URS CORPORATION SOUTHERN, Architect Business - Page 1 of 1 ,- • - 11:30:26 AM 2/17/2016 Licensee Details ', - Licensee Information • Name:` _ URS CORPORATION SOUTHERN (Primary Name)" - - , - Main Address: - 300 CALIFORN IA STREET - • • - . • 4TH FLOOR ' ' SAN FRANCISCO California '94104 - . - -: • County: . - OUT OF STATE • License Mailing:: i LicenseLocation: • 1 - License Information License Type . Architect Business - . • • Rank: - Architect Bus License Number, -i • •.;AA0000901 - Status: _ - " •Current,Active Licensure Date: -`08/24/198.2 - Expires: 02/28/2017 .. - Special Qualifications'- Qualification•Effective' Corporation - - , - • - Alternate Names - View.Related License Information View License Complaint se•o• e••oeeoa. • ogee..•.•....a..•••neao e.." e• aems 1940 North Monroe Street;Tallahassee FL 32399 :: Email:-Customer Contact Center: Customer Contact Center: 850.487.1395 The,State-of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida:Privacy.Statement - ' 1 - _Under Florida law,email addresses are•public records. If you do not want your email address released in•response to:a public_records - • - , request,do not send electronic mail to this entity-Instead,contact the office by phone or by traditional mail. If you have any ' . questions,please contact 850.487.1395:'Pursuant to Section 455.275(1);Florida Statutes;effective October 1,2012,licensees • - . , licensed under Chapter 455,F.S.must provide the Department with;an email address if they have one The emails provided may be used for official communicationrwith'the licensee. However email,addresses are public record::If you;_do not wish to supply,a personal address,please provide the Department with an email address which can be made available to the.public. Please see our Chapter • - 455 page to determine if you are affected by this change. - .' https://www•myfloridalicense.com%LicenseDetail.asp?SID=&id=ADBA606ACF7958B571•e• 2/17/2016 •- _ Licensing Portal - License Relationships Page 1 of 1 Licensee Name: URS CORPORATION License Number: 13000901 SOUTHERN Rank: Architect Business License Expiration 02/28/2017 Date: Primary Status: Current Original License Date: 08/24/1982 Secondary Active Status: Related License Information License Relationship Relation Expiration Number Status Related Party Type Effective Rank Date Date 14993 Current, MURRAY, WILLIAM H S Qualifying 01/20/2009 Architect 02/28/2017 Active Architect 4546 Delinquent, STARK, LOYD D Qualifying 08/24/1982 Architect 02/28/2015 Active Architect 4546 Delinquent, STARK, LOYD D Responsible 08/24/1982 Architect 02/28/2015 Active Supervisor Page 1of1 Printer Friendly Return to License Details Related License Search License Type View all related licenses d First Name Last Name License Number Expiration Date From 71'1 To 771',1 - 1940 North Monroe Street,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity. Instead,contact the office by phone or by traditional mail. If you have any questions,please contact 850.487.1395.*Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455, F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter 455 page to determine if you are affected by this change. https://www.myfloridalicense.com/licenseRelation.asp?SID=&licid=971827 2/17/2016 DBPR- URS CORPORATION SOUTHERN, Geology Business • Page 1 of 1 • • 11:30:47 AM 2/17/2016 • Licensee Details Licensee Information Name: URS CORPORATION.SOUTHERN (Primary Name) Main Address: 600 MONTGOMERY ST ; . . 25TH FLOOR SAN FRANCISCO California 94111-2727 County: OUT OF STATE -. • • License Mailing: LicenseLocation: • License Information ` • License Type: Geology Business Rank: GB. • License Number: GB327 Status: Current,Active • Licensu're Date: 01/28/1999 • Expires: 07/31/2016 - Special Qualifications Qualification Effective Alternate Names • JONES, KRISTIN L • • View Related License Information • View License Complaint • .09 .. 1940 North Monroe Street,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 • The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records. If you do not want your email address released in response to a public-records • request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.*Pursuant to Section 455.275(1),Florida Statutes,effective October 1, 2012, licensees licensed under Chapter 455, F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter 455.page to determine if.you are affected by this change. • • https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=FC 133001 C5F4F4638CA... 2/17/2016 . L DBPR- URS CORPORATION SOUTHERN, Landscape Architect Business Page 1 ofJ 11:31:06 AM 2/17/2016 • Licensee Details Licensee Information Name: URS'CORPORATION SOUTHERN (Primary Name) Main Address: 600 MONTGOMERY ST 25TH FLOOR SAN FRANCISCO California 94111 County: OUT OF STATE License.Mailing: • LicenseLocation: • • • • License Information License Type: - • Landscape Architect Business • Rank: Landscape Bus • License Number: LCC000234 Status: Delinquent,Active • Licensure Date: 07/10/1991 Expires: 11/30/2015 • Special Qualifications . Qualification Effective • • • • Alternate Names • View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records. If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395. *Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012, licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official.communication with the licensee. However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter 455 page to determine if you are affected by this change. • • • https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=C7C431 CBC7CFBD079... 2/17/2016 Licensing Portal - License Relationships Page 1 of 1 Licensee • Name: URS CORPORATION License Number: 13000234 SOUTHERN • Rank: Landscape Architect License Expiration 11/30/2015 Business • Date: Primary Status: Delinquent - Original License Date: 07/10/1991 Secondary Status: Active Related.License Information License Relationship Relation Expiration Status Related Party Effective Rank Number Type Date Date 1003 Current, WINSLOW, JANE LENORE Landscape • 09/26/1997 Registered 11/30/2017 Active Architect . Landscape ' Architect • Page 1 of.1 Printer Friendly Return to License Details Related License Search License Type View all related licenses First Name Last Name License Number • Expiration Date • • From To 7-71'l Search 1940 North Monroe Street,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of.Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records. If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please.contact 850.487.1395.*Pursuant to Section 455.275(1), Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee.However email addresses are public record. If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter ' • • 455 page to determine if you are affected by this change. :. • • • https://www.myfloridalicense.com/licenseRelation.asp?SID.=&licid=X1347090 2/17/2016