Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with WSP USA Inc.
(2011-01ggn AGREEMENT BETWEEN CITY OF MIAMI BEACH AND WSP USA INC. FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017 -028 -KB RESOLUTION NO. 2017-29881 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 3 ARTICLE 2. BASIC SERVICES 7 ARTICLE 3. THE CITY'S RESPONSIBILITIES 12 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 13 ARTICLE 5. ADDITIONAL SERVICES 14 ARTICLE 6. REIMBURSABLE EXPENSES 14 ARTICLE 7. COMPENSATION FOR SERVICES 15 ARTICLE 8. CONSULTANT'S A000UNTING AND OTHER RECORDS 16 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 16 ARTICLE 10. TERMINATION OFAGREEMENT 16 ARTICLE 11. INSURANCE18 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 18 ARTICLE 13. ERRORS AND OMISSIONS 19 ARTICLE 14. LIMITATION OF LIABILITY. 19 ARTICLE 15. NOTICE 19 ARTICLE 16. MISCELLANEOUS PROVISIONS 20 SCHEDULES: SCHEDULE 24 SCHEDULE 1 ' 31 32 SCHEDULE SCHEDULEC 33 SCHEDULE ' 34 SCHEDULE 35 ATTACHMENTS: ATTACHMENT /\ 36 ATTACHMENT 44 45 ATTACHK�ENTC TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND WSP USA INC. FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS This Agreement made and entered into this - day of Ns , 20 n , (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 WSP USA Inc., a New York corporation having its principal office at One Penn Plaza, New York, NY, 10119 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on February 8, 2017, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2017 -028 -KB for Professional Construction Engineering and Inspection (CEI) Firms to Provide Various CEI Services On An "As -Needed -Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide various CEI services to the City on an "as needed" basis; and WHEREAS, on June 7, 2017, the City Commission approved Resolution No. 2017-29881, respectively, authorizing the City to enter into negotiations with WSP USA Inc. and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 2 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 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 3 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 signed and sealed (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 and 4 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, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant ("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 engineer 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 CEI services in connection with the Project. The Subconsultants in Schedule "E", attached 4 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-1 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. 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), the Consultant Service Order issued to Consultant by the City for a Project, and the documents prepared by Consultant in accordance with the requirements stipulated in such Consultant Service Order. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), Design Criteria Package (if any). 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 5 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 (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 — Scope of Services 6 Schedule A-1 — Schedule B — Schedule C — Schedule D — Schedule E — Consultant Service Order Consultant Compensation Consultant Hourly Billing Rate Schedule Insurance Requirements and Sworn Affidavits 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. 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 7 Services. Consultant further represents that the approved and permitted Construction Documents shall be accurate, coordinated and adequate for construction in accordance with applicable industry standards that govern the practice of engineering and shall comply with applicable City Codes, state and federal laws, rules and regulations. 2.5 The Consultant's Basic. Services to be provided under this Agreement shall (at a minimum) consist of, but not be limited to, the following: 1. Administer the Construction Contract and monitor and inspect the work performed by the Contractor such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions of the Construction Contract. 2. Resident Engineering Services - Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate 9 records of all activities and events relating to the project and properly document all project changes. Notwithstanding this Section 2.5, the Consultant Service Order issued by the City to Consultant shall specifically delineate and describe the Services to be provided by Consultant for the particular Project (that is the subject of such Order). 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 inspection errors or omissions. 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, except due to Force Majeure as defined herein, 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 4 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 8 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. 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. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the 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 and its Subconsultants 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 Subconsultants to comply with the terms and conditions of the Agreement or by the Consultant or any Subconsultants' misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of Services by Subconsultants, the Consultant shall, in approving and accepting such Services, ensure the professional quality, completeness, and coordination of the Subconsultant's Services. 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 9 the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked -up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 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 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 10 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 OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. 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, 11 operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, 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 12 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 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. INTENTIONALLY OMITTED 13 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 "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following:: 5.2.1 [Intentionally Omitted] 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 circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. [Intentionally Omitted] 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 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). 14 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). 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. r 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 "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 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 Reimbursable Expenses (by category). 15 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. 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. 16 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 subsection9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). 17 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 except for the professional liability and workers compensation/employers 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. 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 18 (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. 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 19 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: WSP USA, Inc. 2202 N. West Shore Blvd., Suite 300 Tampa, Florida 33607 Attn: Ken Spiliett, PE 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. 20 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article 1 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 flntentionally Omitted] 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. 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. 21 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. The remainder of this page was intentionally left blank.. 22 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by thee- 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: Print Name i 1745n Date. Signature President SiLr��C '4 Q Q(^'M-\ \)) Print Name \\\`1\70\`1 23 Date. APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ICIy/7,7 Citylittorney qe) Date SCHEDULE A SCOPE OF SERVICES The Consultant shall provide professional engineering services on an "as needed basis" to provide Construction Engineering and Inspection (CEI) services pursuant to the Agreement. Each firm awarded a contract hereby agrees to be placed on a list of professionals that will provide CEI services where the City may call upon them to perform professional services for certain City projects, (the Project or Projects), as assigned by the City, in its sole discretion and judgment. As the need for service arises, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. Professional services will be quoted as a not to exceed or lump sum based on the estimated hours to complete a project and in accordance with the hburly rates set forth in Schedule "C" of this Agreement. The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order; the Consultant shall sign it and return it to the City for execution by the City Manager or his/her designee. The Consultant's Basic Services that may be provided under this Agreement shall (at a minimum) consist of, but not be limited to, the following:: 1. Administer the Construction Contract and monitor and inspect the work performed by the Contractor such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions of the Construction Contract. 2. Resident Engineering Services - Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: a) General Coordination: The Consultant shall communicate daily or periodically with the City, the Design Consultant and Contractor, as needed. They shall report on concerns as it relates to the construction effort and activities. In addition, the Consultant shall also coordinate with the Public Information Officer (P10) where notifications such as utility outages, road closures, etc. may be required. The Consultant shall monitor and verify that the Contractor has made the required notifications to the utility owners, residents and businesses as may be required. b) Estimating Services: Provide accurate cost estimates and schedules to avoid cost overruns and schedule slips. Prepare cost estimates and schedules by helping manage resources and supporting assessment and decision making. Services may encompass a wide range of cost - related aspects of engineering and program management, but in particular cost estimating, cost analysis/cost assessment, design -to -cost, schedule analysis/planning and risk assessment. c) Value Engineering Meetings: The Consultant shall be expected to attend, participate, and provide cost estimating information at Value Engineering meetings between the City, the Design Consultant, and the Contractor for the Project. d) Resident's Information Meetings: The Consultant shall be expected to attend, address residents' concerns, participate, produce meeting minutes, and take a lead role in Resident Information Meetings with the City for the Project. e) Pre -Construction Meetings: The Consultant shall be expected to attend, participate, 24 produce meeting minutes and take a lead role in Pre -Construction Meeting with the City, Design Consultant and Contractor for the Project. The Pre -construction Meeting shall be scheduled once the City issues the first Notice -to -Proceed to the Contractor. f) Weekly Construction Progress Meetings: The Consultant shall attend, participate and take a lead role in weekly construction project meetings with the City, P10, Design Consultant and Contractor on the Project. These meetings shall serve as forums to review the status of construction progress, discuss construction issues, discuss schedule and/or cost concerns, discuss potential changes or conflicts, review the status of shop drawing submittals and Construction Document clarifications and interpretations, and to resolve problems before they become critical. Consultant shall prepare weekly meeting minutes and distribute to all meeting attendees, review the two week look ahead provided by the Contractor and provide comments or objections to written statements within the specified timeframe. The Consultant shall prepare detailed weekly reports that describe the construction activities, progress, incidents and issues that have occurred on the construction site and distribute to the attendees in advance of the weekly construction progress meetings. g) Field Observations: The Consultant shall conduct field observations on a daily basis throughout the duration of construction. Field observations may be provided jointly by the City and the Consultant. If and when necessary, the City shall provide part-time construction inspectors for the duration of the Project. The role of the City's construction inspectors shall be limited. The Consultant shall be present at the construction site daily during the construction phase of the Project and shall be expected to be available, as needed, throughout the Contractor's work day. h) Stormwater Permit - Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, inspector the inspector (at least one) should have successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector shall be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the City's guidelines. j) Specialty Design Consultant Site Visits: The Consultant shall monitor the number of specialty site visits requested by the Contractor or City and conducted by the Design Consultant. When it becomes evident that a specialty site visit from the design Engineer of Record (EOR) shall be required, the Consultant shall notify the EOR to discuss and schedule a mutually acceptable time for meeting at the construction site. Daily Reports: The Consultant shall prepare daily reports, on the same date as construction occurs, to record the daily performance of the Contractor as well as other significant construction related matters. Daily reports shall be uploaded by the Consultant to e-BuilderTM' the City's document management system. At the end of each day or the beginning of the following day, the Consultant shall forward the original daily reports to the City for review. The Consultant shall maintain and file paper copies of the daily reports onsite for reference. The daily reports shall include records of when the Contractor is on the job -site, general field observations, weather conditions, change orders, changed conditions, list of job site visitors, daily drilling and testing activities, testing results, testing observations, and records of the outcome of tests and inspections. At a minimum the daily reports shall contain the following information: 25 • Weather and general site conditions • Contractor's work force counts by category and hours worked • Description of Work performed including location • Equipment utilized • Names of visitors to the jobsite and reason for the visit • Tests made and results • Construction difficulties encountered and remedial measures taken • Significant delays encountered and apparent reasons why • Description of (potential) disputes between the Contractor and City • Description of (potential) disputes between the Contractor and residents • Summary of additional directions that may have been given to the Contractor • Detailed record of materials, equipment and labor used in connection with extra work, or where there is reason to suspect that a claim or request for Change Order may be submitted by the Contractor • Summary of any substantive discussions held with the Contractor and/or City • Summary of nonconforming work referenced to corresponding Non -Compliance Notice • A log of photographs taken k) Photographic Record: Consultant shall provide a photographic record of the overall progress of construction, beginning with preconstruction documentation, following with on- going construction documentation, and ending with post -construction documentation. Photographs shall be digital snapshot type taken to define the progress of the project and shall be filed electronically by month in e-BuilderTM, the City's document management system, labeled by date, time and location. The Consultant shall upload all photos to the e-BuilderTM document management system on a weekly basis. Adherence to Construction Documents: The Consultant shall review materials and workmanship of the projects and report to the City any deviations from the Construction Documents that may come to the Consultant's attention. Consultant shall determine the acceptability of the work and materials and, in concert with the Design Consultant (as necessary), make recommendations to the City to reject items not meeting the requirements of the Construction Documents. m) Delivery of Unaccepted Materials to Jobsite: As new materials are delivered to the jobsite, the Consultant shall check the material's certifications and samples and verify that an approved shop drawing was submitted for the material in question. If it is determined that a submittal has not been approved, the Consultant shall immediately notify the City and issue a Non -Compliance Notice. In conjunction with the Design Consultant (as necessary), the Consultant shall direct and supervise the sampling and testing of materials to be performed by the City's independent testing laboratory. The Consultant shall maintain test report logs which shall be submitted to the City for review on a monthly basis and uploaded to e- BuilderTM, the City's document management system on a weekly basis. Consultant shall also review invoices submitted by the independent testing laboratories and recommend payment by the City. n) Shop Drawing Submittals: The Consultant shall review shop drawing and product approvals throughout the duration of the construction period for familiarity prior to delivery of materials. Consultant shall verify that Contractor is maintaining a submittal log, conducting timely submittals, and uploading approved shop drawings to e-BuilderTM, the City's document management system. o) Issuance of Non-compliance Notices: The Consultant shall be responsible for notifying the City when they become aware of a condition that is believed to be in non-compliance with 26 p) q) Construction Documents. Anytime the Consultant notices a potential construction problem or a condition that could result in non -complying materials, equipment or workmanship, the Consultant will need to determine whether the condition poses an immediate threat to public health or safety. 1) If a condition does not pose a threat to public health or safety, immediate verbal notification or "Pre -Noncompliance Notice" of the potential non-compliance should be made to the Contractor and the City. This verbal notice shall be documented in the Consultant's daily report, as well as an e-mail to the contractor with a copy to the City's Project Administrator advising the Contractor of potential construction problems, errors, or deficiencies that can be promptly resolved and do not warrant a Non-compliance Notice. If the Contractor fails to respond to the verbal notification within a reasonable timeframe, the Consultant shall notify the City and the City's Projects Administrator and shall issue a written Non-compliance Notice. 2) If a condition poses an immediate threat to public health or safety, the Consultant shall notify the Contractor and City immediately and the City's Projects Administrator shall issue a Non-compliance Notice to the Contractor. Non-compliance Notices shall include a description of the Work that does not meet the construction contract requirements, along with a required timetable for corrective work to be implemented by the Contractor. Other items that should be included in the Notice include a reference to the provision of the Construction Documents that has been violated. Damage to Existing Facilities: The Consultant shall identify any existing facilities damaged by the Contractor and verify that the Contractor has notified the respective owner(s). The Consultant shall include record of such occurrences in the daily reports. Change Orders: Consultant shall perform an independent review of any Change Orders submitted by the Contractor and provide a written statement noting recommendation for approval or denial of the Change Order to the City. If recommended for approval, the Consultant shall note if the requested cost and schedule impacts are fair and reasonable. The Consultant shall be responsible for maintaining a Change Order log and uploading approved Change Orders to e-BuilderTM, the City's document management system. The Consultant shall also participate in change request review meetings with City and Contractor to resolve and/or negotiate the equitable resolution of request. r) Requests for Information/Construction Document Clarification (RFIs/CDCs): When RFIs and CDCs involve design issue interpretations, the Consultant shall coordinate with the Design Consultant, as needed, to resolve the Contractor's Requests for Information, Construction Document Clarifications, Field Orders, and other related correspondence. The Consultant shall be also be responsible for verifying that the Design Consultant is providing a written response to RFIs and CDCs in a timely manner and for processing, logging, and distributing all RFIs/CDCs. Consultant shall upload all RFI and CDC responses to e-BuilderTM, the City's document management system. s) Schedule: Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as -built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays shall be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in the contract documents. 27 t) Pay Requisitions: Consultant shall verify Contractor's pay requisition quantities and sign -off on all pay requisition quantities in the field. Consultant shall be responsible for reviewing with the Contractor the monthly payment requisition to confirm the status of completed and uncompleted work and stored materials. The Consultant shall advise the City of quantities being approved for subsequent concurrence for payment purposes. Payment Requisitions shall only be approved by the City. u) Equipment Tests and Systems Start-up: Consultant shall be responsible for coordinating various tests for quality control on the projects; verifying that equipment tests and systems start-up are conducted in the presence of appropriate personnel; and that the Contractor is maintaining adequate records thereof. Consultant shall observe, record, and report appropriate details relative to the test procedures and start-up. v) Record Drawings: Consultant shall monitor that record drawing mark-ups are properly maintained by the Contractor. The Consultant shall review the record drawing mark-ups as deemed necessary by the City. Contractor's failure to maintain the record drawings in up-to- date condition may be deemed grounds for withholding Contractor's monthly payment requisitions until such time as the record drawings are brought up-to-date. The Consultant shall notify the City if it considers the mark-up documents insufficient. The City shall make final determination of payment withholding. w) Safety: Consultants shall be expected to recognize a hazard that any reasonable non -safety professional might be expected to recognize. In addition, those safety obligations extend only to recognizable hazards that the Consultant may note while in the normal conduct of onsite business. If a situation presents itself, the following procedures should be followed: • Immediately direct personnel to remove themselves from the apparent danger. • Notify the Contractor's superintendent of the apparent condition that caused the concern and that the affected personnel were directed to remove themselves accordingly. • Notify the Contractor of the situation that arises concern, both in writing and verbally. • Issue a written Notice of Noncompliance stating that the Contractor should take immediate action as it deems necessary to correct the deficiency / condition. • Write a full report in the Daily Report on the condition found to be unsafe, all actions taken, and correspondence written, including times and names. • Take photographs, of the concern. • If the Contractor does not make corrections, the Consultant should notify the City. • The Consultant shall review the situation with the City for further direction. • The condition, as well as all conversations and correspondence, shall be recorded in the Consultant's Daily Report. • In the case of a construction -related accident, Consultant shall notify the City of the accident. Consultant shall direct the Contractor to prepare an accident report with a copy forwarded to the City. x) Quality Control: The Consultant shall review and monitor the Contractor's adherence to an acceptable quality control program submitted by the Contractor prior to the issuance of the second Notice -to -Proceed by the City. This program shall describe the Contractor's quality control, organizational procedures, documentation controls and processes for each phase of the work. Quality control during construction shall be the responsibility of the Contractor; however, oversight and ensuring the Contractor complies with applicable jurisdictional construction standards shall be enforced on the City's behalf by the Consultant. 28 y) Proceeding with Disputed Work: In the event that an agreement cannot be reached on a Change Order, the Contractor must carry on the work and adhere to the project schedule in accordance with the construction contract general conditions. The Consultant shall log all forced work efforts related to disputed change order on a Forced Work Daily Log Reports which shall be signed and dated by the Consultant and the Contractor's representative at the completion of each workday. The Consultant shall forward copies of this form to the City for record purposes. z) Maintenance of Traffic (MOT): The Contractor shall provide the Consultant, City and Design Consultant with approved copies of its MOT at the Pre -Construction Meeting for general information purposes. It shall be the Consultant's responsibility to verify compliance with the MOT in the field. aa) Contractor Request for Services: When the Contractor requires services from the City for issues such as water main shutdowns, tie-ins to existing water mains, special regulatory inspections, etc., a request shall be made in writing by the Contractor, and forwarded by the Consultant to the City, a minimum of three working days prior to when required. bb) Substantial Completion: When the Contractor considers that the Work has reached Substantial Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the substantial completion point in accordance the Construction Documents. If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a substantial completion "walk-through" inspection of the Work. Consultant shall attend and participate in the substantial completion "walk-through", perform a substantial completion inspection with the Contractor, Design Consultant and the City, and prepare a master punch list that describes items remaining to be completed. This master punch list shall be attached to the certificate of substantial completion. cc) Final Completion and Project Closeout: When the Contractor considers that the Work has reached Final Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the Final Completion point in accordance the Construction Documents. If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a Final Completion "walk-through" inspection of the Work. Consultant shall attend and participate in the Final Completion "walk-through" and perform a Final Completion inspection with the Contractor, Design Consultant and the City. If the work is determined to be incomplete, Consultant and other attendees shall each develop a punch list of items requiring completion or correction prior to consideration of final acceptance of each project which shall be forwarded to the Contractor by the Consultant for the Project. Consultant shall complete all necessary close-out and construction completion forms and documentation in coordination with the City for the Project. The Consultant shall work with the Design Consultant and the Contractor, as necessary to ascertain materials required for the closeout binder, as required by the City, and review the Operation and Maintenance manuals for each project for completeness prior to forwarding documentation to the City. Once all parties determine the work is complete and the Contractor has delivered all close-out documentation to the City, the Consultant shall prepare a Final Certificate for Payment. The Consultant shall be responsible for providing final certifications based on the entire scope of work for the Project. dd) Consultant and Design Consultant Relationship: These services outlined herein are intended to provide support to both the City and the Design Consultant during the construction phase of the Project. The Consultant shall perform the services outlined in this Agreement under the supervision and contractual directives of the Project Administrator, and shall refer all matters pertaining to this Agreement to the City. In matters relating to the design 29 concept and constructability thereof, the Consultant shall conduct this scope of services under the technical directives issued by the Design Consultant such that the Design Consultant's EOR can provide final certification of the design components at Project Closeout. 3. Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. The personnel shall be qualified by experience and education. Submit in writing to the City for review and approval, the names of personnel proposed for assignment to the project, including a detailed resume for each. The City reserves the right to have Consultant's personnel removed and substituted from the project, if the employee's conduct or performance is detrimental to the project. The City reserves the right to request periodic rotation of field personnel. 4. The Consultant shall furnish the City with a Quality Assurance Plan within 15 calendar days after the award of this agreement. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant's organization for providing services pursuant to this Agreement. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to: • Consultant's QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. • Methods used to monitor and achieve organization compliance with Agreement requirements for services and products. • Outline the types of records which shall be generated and maintained during the execution of the QA program. • Methods used to control subconsultant and vendor quality. • An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with specifications, plans, City standards, and City's procedures. • Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. 5. Provides assistance in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement. 6. Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation in connection with the Agreement. 7. Provide services determined necessary for the successful completion and closure of the Construction Contract. 8. Provide Post construction claims review — The Consultant shall analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. 9. The Consultant may be asked to provide all or some construction engineering and inspection services including inspectors, construction managers and/or construction administration staff for City Right -of -Way construction projects. 30 SCHEDULE A-1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS (RFQ 2017 -028 -KB) 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: Original Service Order Amount: Days 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 Administrator/Manager Assistant Director Date Consultant. Date Project Administrator -Director Date 31 SCHEDULE B CONSULTANT COMPENSATION AGREEMENT BETWEENT THE CITY OF MIAMI BEACH AND FOR PROFESSIONAL CONSTRUCTION ENGINEERING & INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS -NEEDED" BASIS Project Name and No: Scope of Services: Note*: These services will be paid Lump sum based on percentage of work complete as identified in the Consultant Service Order. 32 SCHEDULE C CONSULTANT HOURLY BILLING RATE SCHEDULE RFQ 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS OE SERVICES ON AN "AS NEEDED' BASIS CATEGORIES HOURLY RATES ProJ rincipal Senior Cos CostEstimator fSenor Scheduler Scheduler Sr. Inspector (CEI) Inspector (CE heshoid ln»ectoInspector Sento C2vI tuineer 3vH Engine' Senior Eec r cal Engineer 6C) $15651 $1O956 $7826 $1O434 $73.04 $ 0434 $78.26 $109.56 El Senior MechanicalEng neer al Enger Specal nspect Mechanical En Senior Structi. Structural CerkaI/Adm StructuralEngineer 33 $114,78 8135:65 $1i478 135.65 $114,78 $13565 $11478 $41,74 .99 SCHEDULE D INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS 34 SCHEDULE E APPROVED SUBCONSULTANTS THIS PAGE WAS INTENTIONALLY LEFT BLANK. 35 ATTACHMENT A RESOLUTION AND COMMISSION MEMORANDUM 201729881 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CI` Y OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION O THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS IFICATI iNS(RFD) NO. 2017 -028 -KS, FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARI U CEI SERVICES ON AN ASNEEDED" ISI AUTHORIZING THE ADMINISTRATION TO E TAOU H A POOL OF 1 E- IUAL1 1E CONSULTANTS FOR SPECIFIC TASKS RELATING TO CONSTRUCTION ENGINEERING AND INSPECTION SERVICES, ON AN AS NEEDED" " BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EAC CONSULTING, INC., AS THE FIST RANKED PROPOSER; ST TEC CONSULTING SERVICES, INC., AS THE SECOND RANKED1 . $ER; A P CONSULTING TRANSPORTATION ENGIN E1 S CORP., AS THE THIRD RANKED 'ROPO ER; PARSONS D INCKERH FF, INC., AS THE FOURTH RANKED PROPOSER; AND CALVIN, GIORDANO ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS SY THE ADMINISTRATION. WHEREAS, n February 8, 2017, the City C rrroils ion proved the Iowan of R t for Qualifications (FIFO)o 2017 -028 -KB for rofessional Construction Engineering r d 1rr pection (CEI) Finns to Provide Various CEI Services on an "As N d d Basis"; and WHEREAS, Raga for Qualifications No. 2017 -028 -KS (the "FIFO', was released n E trru ry 10, 2017; ; and WHEREAS, a v lr nt ry pre -proposal meeting held on February 23, 017i nd WHEREAS, on .April 14, 2017, the City received a t t l of 18 proposals; and WHEREAS, the Commfttee nvn - on May 10, 2017 to review end score the c r lining proposals; and WHEREAS, the Committee was provided an overview of the project, , tr f r °'r tin relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, genera fail r on the scope of services, and a copy of each proposal; and WHEREAS, the Committee's ranking was as follows: EAC Consulting, Inc., as the first ranked proposer; Stant o Consulting Services, irr , as the second' ranked proposer: A&P Consulting Transportation Engineers Corp., as the gird ranked proposer.; Parsons Brinokertioff, inc., as the fourth ranked proposer: and Calvins Giordano & Associates, Inc., as the fifth ranked proposer; and WHEREAS, after revio p thequalifications of each Mm. and having nsidered the Evaluation Committee's rankings, the City' Manager has recommended that the Mayor and the City Commission authorize the Administration to establish a pool of pre -qualified consultants for specific tasks relating to construction engineering and Inspection rvioa , on an needed" basis, and further r tho rize the Administration to enter into negotiationsEAC Consulting, no., as the fiat ranked prop r; $tanto Consulting Services, 1r on,as the second ranked 36 proposer; A&P Cons Transpomotion Engineers Corp„, tyre third ranked proposer; Parsons Brinckerhoff, Inca, the fourth ranked proposer; and . Inc, as the fifth ranked prepay; NOW, THEREFORE, SE IT DULY RESOLVES BY THE MAYOR AND COY COMMISSION OF THE CITY OF MIAMI BEACHt FLORIDAI that the Mayor and City Commission hereby accept the recommendation at the Ci.ty Monager pertaining to the ranking of proposals, pursuant to Request for Qualifications (RFD) Nos 2017-028.KB for Professional Construction Engineering and Inspection (CEI) Firms to Provide Nomas CEI Services on an °As Needed Base, authorize the r ini tration to establish a pool of prequalified consultants for specific tasks relating to construction engineering and inspection serviceson an °asn basis; authorize the Administration to enter into negotiations with EAC Consulting, Ind, as the first ranked proposer; Stange Consulting Services, Inc., as the second nd rangy proposer A&P Consulting `r n porta n Engineers Corp., as the third ranked proposer; Parsons Brinokerhoft Inc., as the fourth ranked proposer; and Colvin, Giordano & Associates, Inc., es the fltthranked proposer; and further authonze the Mayor and CPly Clerk to execute agr ent with each of the foregoim proposers upon n nclu ion of succe fut negotiations by the Admin . PASSED AND ADOPTED this day otfi. 201 n, Giordano & Associates, 1 37 MIAMIBEACH 0 IS ON MEMO NDUM T Honorable Mayor and Members of City Commission jimmyFROM: , Morales, City Manager DATE: June 7, 2017 A RESOLUTION THE MAYOR AND CITY COMMISSION OF THE CITY OF MI, MI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (REQ)N, 2 1 .K , FOR, PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN NAS NEEDED' BASIS; AUTHORIZING THE ADM/NISTRATION TO ESTABLISH A POOL OF PRE-OUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO CONSTRUCTION ENGINEERING AND INSPECTION SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EAC CONSULTING, INC., AS THE FIRST RANKED PROPOSER; STANTEC CONSULTING SERVICES, INC, AS THE SECOND RANKED PROPOSER; A&P CONSULTING TRANSPORTATION ENGINEERS CORP„ AS THE THIRD RANKED PROPOSER; SE PARSONS BRINCKERHOFF, INC., AS THE FOURTH RANKED PROPOSER; AND CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; AND FURTHER UTH RIZII THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS IT I EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION SUCCESSFUL NEGOTIATIONS THE ADMINISTRATION. Adopt the Resol MAMA Adequate management ofconstruction protects by t Admin I Ir Ur n r r Imp m (ion of CEI sentices including, but not limited to, gener lc rdlretion, VA* rgI rrr g, pre - construction, field observations, shop drawing submittals, quality control, and closeouts, The ability to have a rotating list of CEI firms available to provkle these services les the City to effectively and efficiently manage these projects, On March 13, 2013, the Mayor and City Commission approved the award of a contract, purer: t to Request for Qualifications(RFQ) No, 5241/12 for Professional Construction Engineering and Inspecrion (CEO Firms to Provide Various CEI Services on an aAs Needed Basis", to the top five ranked proposers: Atkins rth 38 America, Inc., Bornielto Ajamil & Partners, inc., Chen Moore and Associates, Corzo Costae Carballo Thompson Selman, RA. (C3T8), and Parson Brinckerhoff, inc. (the "Ag ment"). This Agreement is effective through October 8, 2017. in order to complete a successor agreement, on February 8, 2017, the City Commission approved to issue the Request for Qualifications (RFO) No, 2017 -028 -KB for Professional Construction Engineering and Inspection (CEI) Firms to Provide Various CEI Services on an As Needed Basle, On February 10, 2017, the RFD was issued A voluntary oreproposal conference to provide Information to proposers submitting a response was held on February 23, 2017, RFO responses were due and received on April 14, 2017, The City received a total of 18 proposals. The City received proposals from the following firms: * 300 Engineering Group, PA *A & P Consulting Transportation Engineers, Corp. Alpha Construction and Engineering Corporation Ameo Foster Wheeler Environment & lnfrastructure, Ins. *Calvin. Giordano & Associates, Inc, Chen Moore and Associates CIMA Engineering Corp. * CPM North America PPLC EAC Consulting, Inc, *Keith & Solvers Metric Engineering, Inc * Network Engineering Services, Inc, * New Millennium Engineering, Inc, *Persons Brinckedioff, Inc. Penrod Associates, Inc. Rummel. Klepper & KaN, LLP Sehwebka.Shiskin & Associates, Inc. Stantec Consulting Services, Inc. On May 1, 2017 the City Manager appointed the Evaluation Committee via LTC # 238.2017. The Evaluation Committee convened on May 10, 2017, to consider proposals received, The Committee was comprised of Eugene Egemba, CM Engineer 111, Public Works Enght,enng Department, City of Miami Beach; David Gomez, Senior Capital Project Coordinator, Capital improvement Program Da/felon City of Miami Beach; Jose Rivas, CMI Engi r ill, Public Works Engineering Department, City of Miami B4.3011; and Mina Sernandi, Senior Capital Project Coordinator, Capital improvement Program Division, City of NMI Beach, The Committee was provided an overview of the project, information relative to the citys Coro of Silence Ordinance and the Government Sunshine Law, The Committee also provided with gerearal information on the scope of services am) a copy of each proposal. The Committee instructed to score and rank each propose) pursuant to the evaluation criteria established in the RFC). The eval 4 ion process resulted in the raking of propos following order: 1, EAC Consulting, inc. 39 rs Indicated in Attachment A, in the 2, Stantec Consulting Services, Inc. 3. A & P Consulting Transportation Engineers, Corp. 4. Parsons Brinckerhoff, 5, Calvin, Giordano & Associates, Inc. 6. Metric Engineering, Ina 7. Rummel, Klepper & Kahl, LIP 8. Keith a Schnars 9. New Millennium Engineering, Inc. 9, Schwebke-Shiskin & Associat44, Inc. 11. Arne° Foster Wheeler Environment & Infrastmdure. Inc. 12. Network &ill 4, 4ring SOMCOS, Inc. 13. Chen Moore and Associates 14. Alpha Construction and Engineering Corporation 15.300 Engineering Group, PA. 16. Pennori Associates, Inc. 17, CIMA Engineeriog Corp. 18, OM NorthAmerica PPLC A summary of each tocoanked firm follows: EAC Consultira According to the information provided by the firm, EAC Consulting, Inc. has maintained a good professional standing with the State of Florida Division of Corporations for over 20 years and has held a professional engineering certification with the State of Fri Department of Business Regulation and the Florida Flood of Professional Engineering since its trisection. AD key professional staff members possess all the required licenses and certifications required to undertake and complete CEI services for the City. The firm has more than 95 professionals and swiped staff all located within the State of Florida and wending out of four (4) offices located in Miami -Dade, Eroward, Palm Beech and Orange Counties, Stantec Consulting Services, Inc. According to the informaten provided by the firm, Star -Sec, founded In 1954, provkles professional consulting services In planning, engineering, architecture, interior design, landscape arciltecture, surveying, geotechneal, environmental sciences, project management, end project economics for infrastructure and facilities projects, Continurily striving to balance non*, environmental, and social responsibilitizo, they are recognized as a worldelass leader and Innovator in the delivery of sustainable solutions. They support public and private sector clients in a diverse range of mo kets at every stage, from the initial conceptualization and financial feasibility study to project completion and beyond. A& P Consulting Transco 2 I•On Engineers, Corp. According to the information provided by the firm, A & P Consulting Is a inudadisciplinary Dade County headd wed engineering company that vs established in 1997. The firm has more than 95 to employees dedicated exclusively to transportationlinfrastructure projects. A & P Consulting prides itself In serving a wide variety of clients and attending to their individual needs, The firm is troaralfirled in client satisfaction providing their clients with focused and innovative solutions that yield cost effective results. Since its est:olishment the firm has 40 completed a mytied of projects ranging in s-cale and :complexity. The broad spectrum of award- winning projects provides the diverse foundation necessary to triumph over any Challenge that may arise, ft is this diversity, which enables the firm to guarantee effective project execution for largeecale government projects while simultaneously delivering to private and :goverment clients the delicacy that is indispensable to -their particular weds, Parsons Brinckerhoff, Inc, According to the information provided by the firm, Parsons Brirkkernoff provides engineering and multidisciplinary services in a vast array of Induslly sectors, with a focus on technical excellence and client service. 'Throughout Florida, the firm services a diverse range of transportation projects, administering Infrastructure and construction expertise. The fins construction experience comprises construction manroment, program management, and CEI on traditional and alternative -delivery approaches with public -sector clients such as FOOT, counties, municipWities, expressway authorities, Nation departments and school boards, Through their statewide experience, the firm has developed an in-depth knowledge FOOT and expressway authority's policies and procedures and Florida contractor construction methodologies and site conditions, enabling the firm to consistently deliver projects that are on schedule, within budget and designed and built in conformance with contract plans and specifications. Calvin, Giordano & Associates. Inc. According to the information provided by Me firm, Calving Giordano & Associates has a proven track record, technical excellence, exceptkinal project man: ter relir,r1lity, responsiveness and an unparalleled dedication. The firm has been providing services in the transportation industry for over 15 years, They strive to ensure their clientsprojects aro built in accordame with FOOT Standard Soecificatir - for Road and Bridge Construction, F DEP, Cities, and Counties approved plans and specifications, Finally, Calving Giordano & Associates provides experienced pmfesslonal engineers, project administrators, contract support specialists, resident compliance specialist, LAP coordinators, Inspection staff, project managers, and administrative s for all facets of roadvtay and bridge construction projects, After reviewing all the submissions and results of the evaluation process, I recommend that the Mayor and City Commission approve the resolution authorizing the Administration to establish a pool of ore -qualified minsultants for specific tasks relating to combustion engimerirg and Inspection services, on an °as needed basis," In order to assure that the City's r rds for construction ergineeting and inspection services is &dente expeditiously from firms qualified to perform the work BAC Consulting, Inc, as the first ranked proposer Stantac Consulting SeNloss, Inc., as the second ranked proposer A & P Consulting Transportation Engineers Corp., as the third ranked proposer; Persons Brinckerhoff, inc., es the fourth ranked proposer, and Calvin, Giordano & Associates, ino, as the fifth ranked proposer Futter, I recommend that the Mayor and City Clerk be authorized to execute 1,4 memento, upon conclusion of successful negotiations by the Administratkfti, fth the pre -qualified firms, NDIrLOILT *Ii Ensure Congmhonsive Mobility odes Throughout The City 41 The =cost f the rafted s rc s, d t renin d u o s u avalle tilty approved through the CI t ®s budgeting process Public x c2t A t t th r a 3 tA re.rnentProjects/Pr rent 42 negotiations, sr subjoot tc funds t fus ►r a r z utsco be utilized, 43 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 44 M AMI BEAC H City of Miami Beach, 1755 Meridian Avenue, 3`' Floor, Miami Leach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 5 REQUEST FOR PROPOSALS NO. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS April 6, 2017 This Addendum to the above -referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). RFQ DUE DATE AND TIME. The deadline for the receipt of bidsis extended until 3:00 p.m., on Friday, April 14, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 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. I. ATTACHMENTS: Exhibit A: Pre -Proposal Meeting Sign In Sheet II. MODIFICATIONS. A. Section 0300 Submittal Instructions & Format, Tab 3 has be revised as follows: Approach and Methodology For each scope of service outlined in _ - - Appendix C, Minimum Requirements & Specifications, 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. B. Appendix F Contract, Article 5 has be revised as follows: - C ICC any defects and deficiencies that may be observed in the Work. 1 1 ADDENDUM NO. 5 REQUEST FOR QUALIFICATIONS NO, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS 5.2.8 Pr' - _ - & Te-stind!.—En virORMSFital4TV- _ _ _ _ d site evaluations pro-videdhat surveys of—tile cxicting structure reguir to as built deo Mme ation are not additional sercn_�_rnoes 5 2 9— Oeetectar}isel onc-Fineer;—Previd+ng--geotee iniea1—erig+ surveys. * * * III. ANSWERS TO QUESTIONS RECEIVED. Q1: On page 13 itstates"For each scope of service outlined in Tab 3, Scope of Services" Where can we find Tab 3? Al: Please refer to Modification A above. Q2: I would like to know if there are any restrictions for Sub -consultants in relation to teaming- up with several prime Consultants on Miami Beach CEI (RFQ 2017 -028 -KB) project. A2: There are no restrictions for sub consultants teaming up with several prime consultants. Q3: Any chance the submittal deadline for subject RFQ will be postponed? A3: Submittal deadline was extended pursuant to Addendum No. 1. Q4: Who is on the Evaluation Committee? A4: Evaluation committee has not yet been established. Q5: On page 13 the instructions for Tab 3 - Approach and Methodology ask us to address the project timeline. As this RFQ is for CEI services, the project timeline is a function of the construction contract and is therefore out of our control. The same can be said for identifying phasing options — that is a function of the design and the CEI firm has no control over that aspect of the project. How should we address these two issues? A5: Please refer to Modification A above. Q6: Tab 1.3 Minimum Qualifications Requirements states that Appendix C is to be filled out and included. 01 in Appendix C indicates that proposers are to include a minimum of 5 CEI references in the past 10 years — must include project name, project description, commencement and completion dates, project contact information, and prime proposer's role. Tab 2.1 Qualifications of Proposing Firm states that proposers should include relevant experience (but is not restricted by 10 years) — must include for each project a project description, agency name, agency contact, contact telephone and email, and term of engagement. It appears that these 2 sections are asking for the same information, except Tab 2.1 does not have a 10 year restriction. Please clarify that this is the case and that projects' 2 t ADDENDUM NO, 5 REQUEST FOR QUALIFICATIONS NO. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS referenced in Appendix C1 should also be included under Tab 2.1. A6: Proposer may submit the same projects listed in Appendix C1 or additional projects; it is at the discretion of the proposer. Q7: Is there a conflict of interest if a material testing company has a contract with the City and is included as a sub consultant in our proposal? A7: There is no conflict; however this contract will not require material testing. Please refer to Modification B above. Q8: Page 26, Item 01,1 - Question: the item states "...(CEI) services to other governmental organizations or public entities..." can references from the City of Miami Beach be used? A8: References may be from the City of Miami Beach. Q9: Please advise if the Project Manager must be a licensed professional or can a person having suitable qualifications and experience be designated as the Project Manager? A9: The PM does not have to be a licensed professional. Suitable qualifications and experience will be sufficient. Q10: Responses to Appendix A will be as a separate document or typed into PDF form? A10: Responses to Appendix A may be provided in a separate document or typed Into a PDF form. Please keep in mind This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. Q11: 2.3 Financial Capacity, is the Dun & Bradstreet (SQR) required at time of proposal or after selection of consultants? Al1: At the request of the city, proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the procurement contact named in the solicitation. Q12: Will we need to include complete services for public information, not to be done by the City? Al2: No, Q13: Our company wishes to amend our company policy with regard to Benefits by including the below statement. Does the City find this company policy acceptable for the purpose of compliance with its "Equal Benefits for Domestic Partners Ordinance 2006-3494"? Statement to be Included: "In the event that a law in a state or specific jurisdiction or a 3 ' ADDENDUM, NO, 5 REQUEST FOR QUALIFICATIONS NO, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS condition of a client contract requires us to provide benefits for domestic partners, we will provide the coverage required by applicable law or contract to domestic partners who are required to be covered. A13: Response should be submitted with your proposal for the City's review. Q14: On Page 3 of the RFQ there is a statement right above Item 3. That reads " This RFQ is not governed by the Requirements of Section 287.055, Florida Statutes, Section 287,055 is referred to as the Consultant's Competitive Negotiation's Act which governs how Professional Services contracts are procured in Florida. Please clarify the intent of the City regarding this statement. WIII price be a consideration? Or will professional qualifications be the only consideration? And if so why is this contract not governed by F.S. 287.055? A14: Only professional experience and qualifications are being considered for this solicitation. Q15: Who will be the Contract Manager or Project Manager for the City of Miami Beach? A15: Contract/Project managers may be from any City department requiring professional construction engineering and inspection (CEI) services. Q16: Has the Technical Review Committee been appointed? If so who are the members? A1 6: Evaluation committee members have not yet been established, Q17: Will any of the projects that will be assigned under this contract be funded with Federal funds or through Local Agency Program (LAP) funding? A17: It is the intent of the City to use this contract to provide CE&I services for any City project including projects that are partially funded with federal funds. Funding for CE&I services will be paid with local •funding, Q18: Will this contract include construction inspection services for buildings or other vertical structures? A18: Yes. Q19: Will Threshold Inspections be part of the services of this contract? A19: Please refer to Modification B above. Q20: How many contracts will the City award for this procurement? A20: It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as.needed basis, 4 ADDENDUM NO, 5 REQUEST FOR QUALIFICATIONS NO, 2017 -028 -KS PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS Q21: What will be the duration of this contract? A21: The term of this contract will be for a period of three (3) years with the option to renew two (2) additional one (1) year terms. Q22: What will be the dollar value of this contract? A22: To be determined. Q23: Please advise if form 330 is required to be included in the Statement of Qualifications? A23: The Standard Form 330 is not a submittal requirement of this solicitation. 024: Is there a conflict of interest If a material testing company has a contract with the City and is included as a sub consultant in our proposal? A24: Please refer to response A7 above. Q25: Will the information from and presented at the Pre -Proposal Meeting on February 24th be published as an addendum to the RFQ? A25: Questions raised in the pre -proposal meeting have been included in this addendum. Q26: Does the City intend to request the D&B SQR to be submitted with Tab 2 and will this be. stipulated in an addendum? A26: See response A11 above. 027: Please clarify the page and/or file size limitations for the SOQ as discussed in the Pre - Proposal meeting? A27: The page size and/or file size is at the discretion of the proposer. Q28: What is the previous RFQ Advertisement # to the present "Request for Qualifications (RFQ) for Professional Construction Engineering and Inspection (CEI) Firms to Provide Various CEI services on an as Needed Basis" # 2017 -028 -KB? A28: The previous RFQ No. was 52.11/12. Q29: Can you please upload the Pre -proposal meeting sign -in sheet? A29: Sign -in sheet is attached as Exhibit A. Q30: On page 18 (#3) it's requesting (3) references, also on page 26 under 01 (#1) it's also requesting (5) references. Do we need to submit a total of (8) references ? Or just (5) as stated in the pre-bid meeting? A30: Please refer to response A6 above. Q31: Do we need to submit the Appendix F- Contract (page 38) with submittal package? Or is 5 ADDENDUM NO, 5 REQUEST FOR QUALIFICATIONS NO, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS this only submitted when the project has been awarded? A31: The contract is not a proposal submittal requirement. Q32: Do we need to submit any pricing? A32: Pricing is not a proposal submittal requirement. Q33: Can you clarify page 13,TAB 3 — It states "for each scope of services outlined in Tab 3, Scope of services, submit detailed information on the approach..." a) Are you referring to scope of work outlined in Appendix C — page 26-33 (C2 Statement of Work)? b) What do you mean for each (underlined above)? A33: Please refer to response Al above. Q34: How many CEI firms will be selected from this RFQ? A34: Please refer to response A20 above. Q35: Appendix A, number 5 states: "Submit the names of all individuals or entities (including your sub -consultants) with a controlling financial interest as defined in solicitation." Where in the solicitation is "controlling financial interest" defined? A35: Please refer to the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code, Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCa�miamibeachfl.qov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000, ext. 6218 KristyBada©miamibeachfhgov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP 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. S Al nis curement Director 6 ADDENDUM NO, 5 REQUEST FOR QUALIFICATIONS NO. 2017,028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS EXHIBIT A Pre -Proposal Meeting Sign -in Sheet 7 ADDENDUM NO, 5 REQUEST FOR QUALIFICATIONS NO. 2017028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS MIAMI BEACH CITY OF MIAMI BEACH PRE -PROPOSAL MEETING SIGN -IN SHEET DATE: February 23, 2017 c2(9 t-/-0- TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 20 -KB FOR PROFESSIONAL. CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS 4;',..';':''...,1-,..,''!7':',',,:'i','-';:- ....NAyI1J' ('PLL1V,1i::P.,'.0.1t. ,, _. „:4„;....,.;:-....,...j;:,•;,A.I.,..,.: ,,:„%,,,,, 4: ::;.) ..g7;1,,,O;ii:;.!:A•,`1,1,:,) 74 ' .., ;:t - ,AMF .,,,,,,,,,,,„0.w.:xegi,,,,,, N, .. . C' '-' ttDDTLSS,. ,-, ;h1XiZ tgai;,,,..m.,7,0U.F.7,4":1414",;•: ''';',; Procurement - CMB : 305-673-7000 Kristy Bada kristybactaarniamibeachfl.gov ext, 6218 ,),,f /WES -7-6-L64? --ie-Te4/005h,$e., . 1,,„,•-• ci 5-1 593 &s4i5 ' .. t44 IEe:.) 6:- -MA ree> Q-5.17,&:, 4 CI:' A"r"'. c)54 -I 4,5 cps 1 1 7w' oirei 1 a' A420 oda (-.7,7 fr-4.e.,fri ()Led hq h Co CO I, Pck-tii C , I t -v Lr -16, N Lge.; LI701/14 10 s (I/ Evil Co PI ft 14-4,e,,-) Ct. Cisli 6k v -i, ope,v [---44t Coo& KJ, t1-1,101 1 MIAM1BEACH CITY OF MIAMI BEACH PRE -PROPOSAL MEETING SIGN -IN SHEET DATE: February 23, 2017 090/"2-043-e-12-6 ,---- TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 201 -7403 -KB FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON ,AN "AS (PLODA VF: -.13,11S:, ,..,,,..;,..., '-!..Y: 9.; ' ,. wor-V4P• ''••:iwi,•,i •COLVI t .t, ,. . t I ".""-7-77, r ti4 ,N. — 1 .. ' ,=( A, .y, ,,, ''i•=,,;'.;:.'ik`g;L%A.e-;:;1",'".A: V)1c 2747 Ago -e----81,774 24:5:2-14 ., .,P,Ale 0-, 40,4/v4,6 &dile-- C - o 4/..reA.4.-lege ',We... ,-- de-#4d 7 a 44-64,42 ///? 67‘,7mez ?ero 47/ 7, i ,,,i(95 -30e 17efn., 4,r)vrez c..) yer; ;44,0 ,6 Co M ' - DA, 60 4.,,, 'b uoit)4)01:171,t)(.4 Ati . '1, - 56 all+it. (f!-10P&E X 1 c — , _c)sr 36C(C3644"5eir n e.....4-6 A--„,ce.4 nkv\ ct.t..getpri ee-24), OA t,,,,v7,00.,_:..z-.c.„4\ C . ear)Ovi\E( ayniibb :aFE:- 44:; -?q0 0 -S1Pati 2 MIAMIBEACH CITY OF MIAMI BEACH PRE -PROPOSAL MEETING SIGN -IN SHEET DATE: February 23, 2017 $!)1 -7• -0.)E --Ke) TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2Z40 -3B FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS , .' ..:,::i4'... NAM1ij.A1; .,';,- •L''',;4.,-; '. ,.-' ' ' g.PkiN , ,,, ,,, ., . ,..1; i!'..!' .',;-''' , -... • ' .'. ..-,;kt.,..,.8. ‘„ !,':47V?t(li , I A1,;;,4,..s-ft!,.&],•,- C. : ' N- . MKSi k "'N.11:"E7:. i ' .,. •?.. , .,,., ..•:, =.f,.:..c., $...:..,...,!.:, .,:,:',4.1'.'&;;;'..., 4.i, 10 '''' .4 ':-;:,: 4 „: ' - :;.: , ',.*....t,.:.t':;::.".c.',,e0-iV`'.;•...4;4,,,,,- ' - Art.'1 ' ' .,. ' .,.. ,c4'...' c. v.sr ,...';.- ''..,.;...7%!.'.,,-.;.a ..-,-zAt"4%cr i . r 3 Or- zY— E121k 575/L1-7. •(.") 4.17c it-- Cb 0-1 Pe) 6 LJ '1-7,,EY/ ---. TC2.1° )(v\ or ieS 2 block. nn It clAA-i . c_..• ,.-\ .i6-531- ,v\k_fr, kgt/ A 7,-•%-)S.0.. 1-71A g; 6%11 . 7862 V6, '7/2 / 3 MIAMI REACH CITY OF MIAMI BEACH PRE -PROPOSAL, MEETING SIGN -IN SHEET DATE: February 23, 2017 X017 --028-k6 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2117,00 -3 --"Kg FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS !! 1 t } PLLA���`,�tt ...,. .. 4}'� Fk ti/ e I1aIL N: ' _ ... .. w .:.. ..,r ....<- ... .....,t i } ,. ..... ? . ... .. .: fin .t. '� ... . ... l2e,. C•..' KetATIA >1> o' 40 -?, a .eo.. k . X11 Claud).(k, ki a o'crey. ,P Isiorill° e Fria cin jos- q - . )--i o C s&uc(I & He pill 1&-rnl, (om IA., s i -,_ i .., -s. 4 s s o e ,\s 3 0 5- f:,6 7 -5- cl -1'i 1/AN c ch s k eN o Gi.' V.,....4.- G s s p c i s.ir.o \,i-l/t.c. 0 .3 (0m,„ \-\-cpio 30,5 83-laaa 1 \-_,, e. c.. (c .v I-1-. 5'04 Pel)...e,-1,-- .,1 Aiw vih,0 egivie 4-",kiY"' 47 , ,m %r 4'-'-'1A49-0 qe--‹,(cc, . QVC t (..),sci'L,Ue q,&—k.t e 6.6D -Q, 6, '[ e.'t E., Low, al,1,41_,,,L f.o0L.._ ,,,,,.._ I) Pa.A.mtv-D r i 1g6 -2,S15 30, Re. dri1 ua.4 e ft Q IS t,� ci , (...,00,,\ CPM NOP) V V'u A -, ISA, 24 , JO5 6 ,0-2,14,00w, 6A7P 606totif.-7,94itieTp‹,Ce6)31-1- 93A 1 "•! 7 a,,Acia. e .% , AMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www,mlamlbeachfl;gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO, 4 REQUEST FOR PROPOSALS NO. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 30, 2017 This Addendum to the above -referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p,rn„ on Monday, April 10, 2017,.at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 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 RESPONSES TO QUESTIONS RECEIVED, Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado[c�mlamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP 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 osal. rely ex a-nis ro• ,rement Director ADDENDUM NO. 4 REQUEST FOR QUALIFICATIONS NO. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS IAMU3 EACH City of Miami Beach, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www,miamibeachFl,gov PROCUREMENT DEPARTMENT Tel: 305.673-7490 Fax: 786.394.4002 ADDENDUM NO. 3 REQUEST FOR PROPOSALS NO, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 28, 2017 This Addendum to the above -referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I, RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Thursday, April 6, 2017,, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 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 RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted In writing. to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a,miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP 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. S s e r' l y, Al P ocur. ent Director 1 ADDENDUM NO, 3 REQUEST FOR QUALIFICATIONS NO, 2017 -028 -.KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS � M1A.MEBEACH Clay of Miami Beach, 1755 Meridian Avenue, 3,d Floor, Miami Beach, Florida 33139, www,miamibeachfl. jov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR PROPOSALS NO. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 28, 2017 This Addendum to the above -referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined), I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m,, on Thursday, April 5th,, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 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 RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoRmiamibeachfl,gov. Procurement Contact: Kristy Bade Telephone: 305.673-7000,, ext. 6218 Email: KristyBada©miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP 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. Si,- ly, Ale Denis Pro ent Director 1 ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS AMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www,mlamibeachfLgov PROCUREMENT DEPARTMENT Tet, 305-673-7490 Fax: 786.394.4002 ADDENDUM NO. 1 REQUEST FOR PROPOSALS NO, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 21, 2017 This Addendum to the above -referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, April 3rd, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to pian sufficient time to allow for traffic or other delays for which the Proposer is solely responsible, A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(ct7miamibeachfl.gov. Procurement Contact: Kristy Bada Telephone: 305-673-7000, ext. 6218 Email: KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP 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. Ale D: is Rr` urement Director 1 ADDENDUM NO, 1 REQUEST FOR QUALIFICATIONS NO, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS 2017 -028 -KB RFQ ISSUANCE DATE: FEBRUARY 10, 2017 STATEMENTS OF QUALIFICATIONS DUE: MARCH 27, 2017 @ 3:00 PM ISSUED BY: MIAMIBEACH KRISTY BADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 1 www.miamibeachfl.gov 1 kristybada@miamibeachfl.gov CI_ MIAMIBEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 36 APPENDIX F INSURANCE REQUIREMENTS 38 REQ 2017 -028 -KB 2 m MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the "contractorfsj") 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. Adequate management of construction projects by City of Miami Beach departments requires implementation of Construction Engineering and Inspection (CEI) services during construction. The ability to have a rotating list of CEI firms available to provide these services for various City departments would enable the City to effectively and efficiently manage the construction phase of these projects. The scope of services describes and defines the CEI services which are required for contract administration, inspection, and materials sampling and testing for the construction projects. The Purpose of this Request for Qualifications (RFQ) is to qualify Professional Construction Engineering and Inspection (CEI) firms to provide various CEI services to the City on an "as needed" basis. Additionally, the terms "FIRM", "PROPOSER", "CONSULTANT," "PRIME PROPOSER" are used interchangeably and shall refer to the firm that will contract with the City for the performance consultant services and work for the project. "As needed" basis means that each firm awarded a contract pursuant to this RFQ will be placed on a professional CEI list where the City may call upon it to perform professional projects, as assigned by the City Administration. As the need for services arise, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as -needed basis. This RFQ is not governed by the requirements of Section 287.055, Florida Statutes. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: Solicitation Issued February 10, 2017 Pre -Submittal Meeting February 23, 2017 at 10:OOam Deadline for Receipt of Questions March 17, 2017 at 5:OOpm Responses Due March 27, 2017 at 3:00pm Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD RFQ 2017 -028 -KB Im MIAMI BEACH Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: KRISTY BADA Telephone: 305-673-7490 Email: KRISTYBADA(a MIAMIBEACHFLGOV dditionally, the City Clerk is to be copied on all communications via e-mail at RafaelGranadoOmiamibeachfl.gov, or via 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 ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE -PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre -proposal meeting or site visit(s) may be scheduled. A Pre -PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre -Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE -PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace 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. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely RFQ 2017 -028 -KB 4 MIAMI BEACH responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at 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, og v/procurement/scroll.aspx?id=23510 • CONE OF SILENCE • PROTEST PROCEDURES • DEBARMENT PROCEEDINGS • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES • CAMPAIGN CONTRIBUTIONS BY VENDORS • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE -CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE • ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2-486 CITY CODE SECTION 2-371 CITY CODE SECTIONS 2-397 THROUGH 2-485,3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 CITY CODE SECTION 2-373 CITY CODE SECTIONS 2-407 THROUGH 2-410 CITY CODE SECTION 2-374 CITY CODE SECTION 70-300 CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub -contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13, CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its 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. RFQ 2017 -028 -KB CA MIAMI BEACH 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals 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. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service -disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service -disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. RFQ 2017 -028 -KB 6 ID MIAMI BEACH 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Rejection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re -advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one -hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, 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. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers 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. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. RFQ 2017 -028 -KB 7 MIAMI BEACH 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers 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 Proposal being non-responsive. 28. 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. 29. COPYRIGHT, 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. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. 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 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. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it 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. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. Ri-Q 2017 -028 -KB 8 m MIAMI BEACH 34. DEMONSTRATION OF COMPETENCY. 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, including: A. Pre -award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers 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. 35. 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. 36. 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. 37. 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. 38. 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. 39. 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 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. RFQ 2017-028 B MIAMI BEACH 40. INDEMNIFICATION. The Proposer 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 Proposer 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. 41. 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. 42. FLORIDA PUBLIC RECORDS LAW. Proposers 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. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. RFQ 2017 -028 -KB 10 m MIAMI BEACH 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47, EXCEPTIONS TO RFQ. Proposers 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 Proposal. 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). 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers 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 Proposal. 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. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order (or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ 2017 -028 -KB P_ MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3 -ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid 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. Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 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. TAB 2 Experience & Qualifications 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 similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar 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. 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. 2.3 Financial Capacity. At the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. Once requested by the City, 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: httos://supplierportal.dnb.com/webapp/wcs/stores/servlet/Sup IierPortal?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 2017 -028 -KB 12 m MIAMI BEACH Approach and Methodology For each scope of service 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. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub -consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFQ 2017 -028 -KB 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. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. 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 Management. 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 proposals received, with or without conducting interview sessions. Step 1- Qualitative Criteria Maximum Points Proposer Experience and Qualifications Approach and Methodology 70 30 TOTAL AVAILABLE STEP 1 POINTS 100 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 Management to those points earned in Step 1, as follows. Step 2 - Quantitative Criteria Veterans Preference TOTAL AVAILABLE STEP 2 POINTS RFQ 2017 -028 -KB 14 trA 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 Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Committee Member 1 Committee' Member 2 Step 1 Points Step 2 Points Total Rank Step 1 Points Step 2 Points Total R_ arik Step 1 Points Step 2 Points Total Rank, Low Aggregate Score Final Ranking* Proposer Proposer Proposer A B C 82 22 104 79 22 101 80 22 102 76 15 91 85 15 100 74 15 89 80 12 92 72 12 84 66 12 78 RFQ 2017 -028 -KB * 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. w. 15 APPENDIX A MIAM BEACH Response Certification, Questionnaire & Requirements Affidavit RFQ No. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RF 2017 -028 -KB 16 Solicitation No: 2017 -028 -KB Solicitation Title: PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS Procurement Contact: Kristy Bada Tel: 305-673-7490 Email: kristybada@miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: 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 licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2017 -028 -KB 17 1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran -owned business or a service -disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2, Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates, SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by an public 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). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub -consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management 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/. RFQ 2017 -028 -KB 18 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13 (October 1, 2012), the hourly living rate will be $11.28/hr with health benefits, and $12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI -U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl,gov/procurement/, SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. 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 Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit 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/. RFQ 2017 -028 -KB 19 9, Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s, 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: 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. 10. Non -Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11, Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1, 2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article, with a business unless the business certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the city's Fair Chance Ordinance, set forth in article V of chapter 62 of this Code, SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e -procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of, Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. If a Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm 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 dditional confirmation of addendum is reauired. submit under separate cover. RFQ 2017 -028 -KB 20 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications, and may accept Statement of Qualifications which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government -in -the -Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. REQ 2017 -028 -KB 21 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer 's Authorized Representative: Title of Proposer 's Authorized Representative: Signature of Proposer 's Authorized Representative: Date: State of FLORIDA On this day of , 20 , personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: RFQ 2017 -028 -KB Notary Public for the State of Florida My Commission Expires: 22 APPENDIX B M AM BEACH "No Bid" Form RFQ No. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Po"rtarl. vdo►vo_ c�! reid oiicaiin` cy, reG%y rf norma on Asn he k �r ry me iooir oc ` ilur offuturel i•tati ns by t c .,.:. RFQ 2017 -028 -KB 23 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: Kristy Bada STATEMENTS OF QUALIFICATIONS #2017 -003 -KB 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017 -028 -KB 24 APPENDIX C MIAM BEACH Minimum Requirements & Specifications RFQ No. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017 -028 -KB 25 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall provide a minimum of five (5) references providing professional construction engineering and inspection (CEI) services to other governmental organizations or public entities in the last ten (10) years. Submittal Requirement: For each qualifying project, submit project name, project description, commencement and completion dates, project contact information (phone and email) and prime proposer's role in project. C2. Statement of Work Required. The Consultant's Basic Services that may be provided under the Agreement entered into pursuant to this RFQ shall (at a minimum) consist of, but not be limited to, the following: 1. Administer the Construction Contract and monitor and inspect the work performed by the Contractor such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions of the Construction Contract. 2. Resident Engineering Services - Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: a) General Coordination: The Consultant shall communicate daily or periodically with the City, the Design Consultant and Contractor, as needed. They shall report on concerns as it relates to the construction effort and activities. In addition, the Consultant shall also coordinate with the Public Information Officer (P10) where notifications such as utility outages, road closures, etc. may be required. The Consultant shall monitor and verify that the Contractor has made the required notifications to the utility owners, residents and businesses as may be required. b) Estimating Services: Provide accurate cost estimates and schedules to avoid cost overruns and schedule slips. Prepare cost estimates and schedules by helping manage resources and supporting assessment and decision making. Services may encompass a wide range of cost - related aspects of engineering and program management, but in particular cost estimating, cost analysis/cost assessment, design -to -cost, schedule analysis/planning and risk assessment. c) Value Engineering Meetings: The Consultant shall be expected to attend, participate, and provide cost estimating information at Value Engineering meetings between the City, the Design Consultant, and the Contractor for the Project. d) Resident's Information Meetings: The Consultant shall be expected to attend, address RFQ 2017 -028 -KB 26 residents' concerns, participate, produce meeting minutes, and take a lead role in Resident Information Meetings with the City for the Project. e) Pre -Construction Meetings: The Consultant shall be expected to attend, participate, produce meeting minutes and take a lead role in Pre -Construction Meeting with the City, Design Consultant and Contractor for the Project. The Pre -construction Meeting shall be scheduled once the City issues the first Notice -to -Proceed to the Contractor. f) g) Weekly Construction Progress Meetings: The Consultant shall attend, participate and take a lead role in weekly construction project meetings with the City, P10, Design Consultant and Contractor on the Project. These meetings shall serve as forums to review the status of construction progress, discuss construction issues, discuss schedule and/or cost concerns, discuss potential changes or conflicts, review the status of shop drawing submittals and Construction Document clarifications and interpretations, and to resolve problems before they become critical. Consultant shall prepare weekly meeting minutes and distribute to all meeting attendees, review the two week look ahead provided by the Contractor and provide comments or objections to written statements within the specified timeframe. The Consultant shall prepare detailed weekly reports that describe the construction activities, progress, incidents and issues that have occurred on the construction site and distribute to the attendees in advance of the weekly construction progress meetings. Field Observations: The Consultant shall conduct field observations on a daily basis throughout the duration of construction. Field observations may be provided jointly by the City and the Consultant. If and when necessary, the City shall provide part-time construction inspectors for the duration of the Project. The role of the City's construction inspectors shall be limited. The Consultant shall be present at the construction site daily during the construction phase of the Project and shall be expected to be available, as needed, throughout the Contractor's work day. h) Stormwater Permit - Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, inspector the inspector (at least one) should have successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector shall be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the City's guidelines. i) Specialty Design Consultant Site Visits: The Consultant shall monitor the number of specialty site visits requested by the Contractor or City and conducted by the Design Consultant. When it becomes evident that a specialty site visit from the design Engineer of Record (EOR) shall be required, the Consultant shall notify the EOR to discuss and schedule a mutually acceptable time for meeting at the construction site. j) Daily Reports: The Consultant shall prepare daily reports, on the same date as construction occurs, to record the daily performance of the Contractor as well as other significant RFQ 2017.28 -KB 27 construction related matters. Daily reports shall be uploaded by the Consultant to e-BuilderTM, the City's document management system. At the end of each day or the beginning of the following day, the Consultant shall forward the original daily reports to the City for review. The Consultant shall maintain and file paper copies of the daily reports onsite for reference. The daily reports shall include records of when the Contractor is on the job -site, general field observations, weather conditions, change orders, changed conditions, list of job site visitors, daily drilling and testing activities, testing results, testing observations, and records of the outcome of tests and inspections. At a minimum the daily reports shall contain the following information: • Weather and general site conditions • Contractor's work force counts by category and hours worked • Description of Work performed including location • Equipment utilized • Names of visitors to the jobsite and reason for the visit • Tests made and results • Construction difficulties encountered and remedial measures taken • Significant delays encountered and apparent reasons why • Description of (potential) disputes between the Contractor and City • Description of (potential) disputes between the Contractor and residents • Summary of additional directions that may have been given to the Contractor • Detailed record of materials, equipment and labor used in connection with extra work, or where there is reason to suspect that a claim or request for Change Order may be submitted by the Contractor • Summary of any substantive discussions held with the Contractor and/or City • Summary of nonconforming work referenced to corresponding Non -Compliance Notice • A log of photographs taken k) Photographic Record: Consultant shall provide a photographic record of the overall progress of construction, beginning with preconstruction documentation, following with on-going construction documentation, and ending with post -construction documentation. Photographs shall be digital snapshot type taken to define the progress of the project and shall be filed electronically by month in e-BuilderT"', the City's document management system, labeled by date, time and location. The Consultant shall upload all photos to the e-BuilderTM document management system on a weekly basis. I) Adherence to Construction Documents: The Consultant shall review materials and workmanship of the projects and report to the City any deviations from the Construction Documents that may come to the Consultant's attention. Consultant shall determine the acceptability of the work and materials and, in concert with the Design Consultant (as necessary), make recommendations to the City to reject items not meeting the requirements of the Construction Documents. m) Delivery of Unaccepted Materials to Jobsite: As new materials are delivered to the jobsite, the Consultant shall check the material's certifications and samples and verify that an approved shop drawing was submitted for the material in question. If it is determined that a RFQ 2017 -028 -KB 28 submittal has not been approved, the Consultant shall immediately notify the City and issue a Non -Compliance Notice. In conjunction with the Design Consultant (as necessary), the Consultant shall direct and supervise the sampling and testing of materials to be performed by the City's independent testing laboratory. The Consultant shall maintain test report logs which shall be submitted to the City for review on a monthly basis and uploaded to e-BuilderTM, the City's document management system on a weekly basis. Consultant shall also review invoices submitted by the independent testing laboratories and recommend payment by the City. n) Shop Drawing Submittals: The Consultant shall review shop drawing and product approvals throughout the duration of the construction period for familiarity prior to delivery of materials. Consultant shall verify that Contractor is maintaining a submittal log, conducting timely submittals, and uploading approved shop drawings to e-BuilderTM, the City's document management system. o) Issuance of Non-compliance Notices: The Consultant shall be responsible for notifying the City when they become aware of a condition that is believed to be in non-compliance with Construction Documents. Anytime the Consultant notices a potential construction problem or a condition that could result in non -complying materials, equipment or workmanship, the Consultant will need to determine whether the condition poses an immediate threat to public health or safety. 1) If a condition does not pose a threat to public health or safety, immediate verbal notification or "Pre -Noncompliance Notice" of the potential non-compliance should be made to the Contractor and the City. This verbal notice shall be documented in the Consultant's daily report, as well as an e-mail to the contractor with a copy to the City's Project Coordinator advising the Contractor of potential construction problems, errors, or deficiencies that can be promptly resolved and do not warrant a Non-compliance Notice. If the Contractor fails to respond to the verbal notification within a reasonable timeframe, the Consultant shall notify the City and the City's Projects Coordinator and shall issue a written Non-compliance Notice. 2) If a condition poses an immediate threat to public health or safety, the Consultant shall notify the Contractor and City immediately and the City's Projects Coordinator shall issue a Non- compliance Notice to the Contractor. Non-compliance Notices shall include a description of the Work that does not meet the construction contract requirements, along with a required timetable for corrective work to be implemented by the Contractor. Other items that should be included in the Notice include a reference to the provision of the Construction Documents that has been violated. p) q) Damage to Existing Facilities: The Consultant shall identify any existing facilities damaged by the Contractor and verify that the Contractor has notified the respective owner(s). The Consultant shall include record of such occurrences in the daily reports. Change Orders: Consultant shall perform an independent review of any Change Orders submitted by the Contractor and provide a written statement noting recommendation for approval or denial of the Change Order to the City. If recommended for approval, the Consultant shall note if the requested cost and schedule impacts are fair and reasonable. The Consultant shall be responsible for maintaining a Change Order log and uploading approved Change Orders to e-BuilderTM, the City's document management system. The Consultant shall also participate in change request review meetings with City and Contractor to resolve and/or RFQ 2017 -028 -KB 29 negotiate the equitable resolution of request. r) Requests for Information/Construction Document Clarification (RFIs/CDCs): When RFIs and CDCs involve design issue interpretations, the Consultant shall coordinate with the Design Consultant, as needed, to resolve the Contractor's Requests for Information, Construction Document Clarifications, Field Orders, and other related correspondence. The Consultant shall be also be responsible for verifying that the Design Consultant is providing a written response to RFIs and CDCs in a timely manner and for processing, logging, and distributing all RFIs/CDCs. Consultant shall upload all RFI and CDC responses to e-BuilderTM, the City's document management system. s) Schedule: Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as -built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays shall be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in the contract documents. t) Pay Requisitions: Consultant shall verify Contractor's pay requisition quantities and sign -off on all pay requisition quantities in the field. Consultant shall be responsible for reviewing with the Contractor the monthly payment requisition to confirm the status of completed and uncompleted work and stored materials. The Consultant shall advise the City of quantities being approved for subsequent concurrence for payment purposes. Payment Requisitions shall only be approved by the City. u) Equipment Tests and Systems Start-up: Consultant shall be responsible for coordinating various tests for quality control on the projects; verifying that equipment tests and systems start-up are conducted in the presence of appropriate personnel; and that the Contractor is maintaining adequate records thereof. Consultant shall observe, record, and report appropriate details relative to the test procedures and start-up. v) Record Drawings: Consultant shall monitor that record drawing mark-ups are properly maintained by the Contractor. The Consultant shall review the record drawing mark-ups as deemed necessary by the City. Contractor's failure to maintain the record drawings in up-to- date condition may be deemed grounds for withholding Contractor's monthly payment requisitions until such time as the record drawings are brought up-to-date. The Consultant shall notify the City if it considers the mark-up documents insufficient. The City shall make final determination of payment withholding. w) Safety: Consultants shall be expected to recognize a hazard that any reasonable non -safety professional might be expected to recognize. In addition, those safety obligations extend only to recognizable hazards that the Consultant may note while in the normal conduct of onsite business. If a situation presents itself, the following procedures should be followed: RFQ 2017 -028 -KB 30 • Immediately direct personnel to remove themselves from the apparent danger. • Notify the Contractor's superintendent of the apparent condition that caused the concern and that the affected personnel were directed to remove themselves accordingly. • Notify the Contractor of the situation that arises concern, both in writing and verbally. • Issue a written Notice of Noncompliance stating that the Contractor should take immediate action as it deems necessary to correct the deficiency / condition. • Write a full report in the Daily Report on the condition found to be unsafe, all actions taken, and correspondence written, including times and names. • Take photographs, of the concern. • If the Contractor does not make corrections, the Consultant should notify the City. • The Consultant shall review the situation with the City for further direction. • The condition, as well as all conversations and correspondence, shall be recorded in the Consultant's Daily Report. • In the case of a construction -related accident, Consultant shall notify the City of the accident. Consultant shall direct the Contractor to prepare an accident report with a copy forwarded to the City. x) Quality Control: The Consultant shall review and monitor the Contractor's adherence to an acceptable quality control program submitted by the Contractor prior to the issuance of the second Notice -to -Proceed by the City. This program shall describe the Contractor's quality control, organizational procedures, documentation controls and processes for each phase of the work. Quality control during construction shall be the responsibility of the Contractor; however, oversight and ensuring the Contractor complies with applicable jurisdictional construction standards shall be enforced on the City's behalf by the Consultant. y) Proceeding with Disputed Work: In the event that an agreement cannot be reached on a Change Order, the Contractor must carry on the work and adhere to the project schedule in accordance with the construction contract general conditions. The Consultant shall log all forced work efforts related to disputed change order on a Forced Work Daily Log Reports which shall be signed and dated by the Consultant and the Contractor's representative at the completion of each workday. The Consultant shall forward copies of this form to the City for record purposes. z) Maintenance of Traffic (MOT): The Contractor shall provide the Consultant, City and Design Consultant with approved copies of its MOT at the Pre -Construction Meeting for general information purposes. It shall be the Consultant's responsibility to verify compliance with the MOT in the field. aa) Contractor Request for Services: When the Contractor requires services from the City for issues such as water main shutdowns, tie-ins to existing water mains, special regulatory inspections, etc., a request shall be made in writing by the Contractor, and forwarded by the Consultant to the City, a minimum of three working days prior to when required. bb) Substantial Completion: When the Contractor considers that the Work has reached Substantial Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the substantial completion point in accordance the Construction Documents. RFQ 2017 -028 -KB 31 If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a substantial completion "walk-through" inspection of the Work. Consultant shall attend and participate in the substantial completion "walk-through", perform a substantial completion inspection with the Contractor, Design Consultant and the City, and prepare a master punch list that describes items remaining to be completed. This master punch list shall be attached to the certificate of substantial completion. cc) Final Completion and Project Closeout: When the Contractor considers that the Work has reached Final Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the Final Completion point in accordance the Construction Documents. If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a Final Completion "walk-through" inspection of the Work. Consultant shall attend and participate in the Final Completion "walk-through and perform a Final Completion inspection with the Contractor, Design Consultant and the City. If the work is determined to be incomplete, Consultant and other attendees shall each develop a punch list of items requiring completion or correction prior to consideration of final acceptance of each project which shall be forwarded to the Contractor by the Consultant for the Project. Consultant shall complete all necessary close-out and construction completion forms and documentation in coordination with the City for the Project. The Consultant shall work with the Design Consultant and the Contractor, as necessary to ascertain materials required for the closeout binder, as required by the City, and review the Operation and Maintenance manuals for each project for completeness prior to forwarding documentation to the City. Once all parties determine the work is complete and the Contractor has delivered all close-out documentation to the City, the Consultant shall prepare a Final Certificate for Payment. The Consultant shall be responsible for providing final certifications based on the entire scope of work for the Project. dd) Consultant and Design Consultant Relationship: These services outlined herein are intended to provide support to both the City and the Design Consultant during the construction phase of the Project. The Consultant shall perform the services outlined in this Agreement under the supervision and contractual directives of the Project Coordinator, and shall refer all matters pertaining to this Agreement to the City. In matters relating to the design concept and constructability thereof, the Consultant shall conduct this scope of services under the technical directives issued by the Design Consultant such that the Design Consultant's EOR can provide final certification of the design components at Project Closeout. 3. Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. The personnel shall be qualified by experience and education. Submit in writing to the City for review and approval, the names of personnel proposed for assignment to the project, including a detailed resume for each. The City reserves the right to have Consultant's personnel removed and substituted from the project, if the employee's conduct or performance is detrimental to the project. The City reserves the right to request periodic rotation of field personnel. 4. The Consultant shall furnish the City with a Quality Assurance Plan within 15 calendar days after the award of this agreement. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant's organization for providing services pursuant to this Agreement. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. RFQ 2017 -028 -KB 32 The Plan shall include, but not be limited to: • Consultant's QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. • Methods used to monitor and achieve organization compliance with Agreement requirements for services and products. • Outline the types of records which shall be generated and maintained during the execution of the QA program. • Methods used to control subconsultant and vendor quality. • An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with specifications, plans, City standards, and City's procedures. • Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. 5. Provides assistance in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement. 6, Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation in connection with the Agreement. 7. Provide services determined necessary for the successful completion and closure of the Construction Contract. 8. Provide Post construction claims review — The Consultant shall analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. 9. The Consultant may be asked to provide all or some construction engineering and inspection services including inspectors, construction managers and/or construction administration staff for City Right -of -Way construction projects. RFQ 2017 -028 -KB 33 APPENDIX D AM BEACH Special Conditions RFQ No. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017 -028 -KB 34 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 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 2017 -028 -KB 35 APPENDIX E M AM BEAC Insurance Requirements RFQ No. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017 -028 -KB 36 M AM BEACH 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. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. 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 B+:VI 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. RFQ 2017 -028 -KB WWI 37 APPENDIX F MIAM BEACH Contract RFQ No. 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017 -028 -KB 38 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017 -028 -KB DISCIPLINE: RESOLUTION NO. 2017- RFQ 2017 -028 -KB 39 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 41 ARTICLE 2. BASIC SERVICES 46 ARTICLE 3. THE CITY'S RESPONSIBILITIES 50 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 52 ARTICLE 5. ADDITIONAL SERVICES 52 ARTICLE 6. REIMBURSABLE EXPENSES 53 ARTICLE 7. COMPENSATION FOR SERVICES 54 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 55 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 55 ARTICLE 10. TERMINATION OF AGREEMENT 55 ARTICLE 11, INSURANCE 57 ARTICLE 12, INDEMNIFICATION AND HOLD HARMLESS 57 ARTICLE 13. ERRORS AND OMISSIONS 58 ARTICLE 14. LIMITATION OF LIABILITY 58 ARTICLE 15. NOTICE 58 ARTICLE 16. MISCELLANEOUS PROVISIONS 59 SCHEDULES: SCHEDULE A 63 SCHEDULE B 65 SCHEDULE C 67 ATTACHMENTS: ATTACHMENT A 68 ATTACHMENT B 69 ATTACHMENT C 70 RFQ 2017 -28 -KB 40 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS -NEEDED -BASIS" This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and , a corporation having its principal office at (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 , the City Commission approved Resolution No. respectively, authorizing the City to enter into negotiations with 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, 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. RFQ 2017 -028 -KB 41 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in 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 RFQ 2017 -028 -KB 42 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 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. RFQ 2017 -028 -KB 43 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 (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. Prosect 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. RFQ 2017 -028 -KB 44 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. 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. RF 2017 -028 -KB 45 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. 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 Ag reement. 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 RfQ 2017 -028 -KB 46 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. 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 RFQ 2017 -028 -KB 47 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 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 RFQ 2017 -028 -KB 48 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 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. RFQ 017 -028 -KB 49 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. 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 RFQ 2017-028-K 50 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 (Le. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, 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 RFQ 2017 -028 -KB 51 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 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. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum 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. RFQ 2017 -028 -KB 52 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City -Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City -requested changes in Scope of Work 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). RFQ 2017 -028 -KB 53 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). 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 bemade 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 Reimbursable Expenses (by RFQ 2017 -028 -KB 54 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. 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 RFQ 2017 -028 -KB 55 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 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. RFQ 2017 -028 -KB 56 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. 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. RFQ 2017 -028 -KB 57 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. 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: RFQ 2017 -028 -KB 58 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: Attn: 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 RFQ 2017-028- B 59 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 Prosect 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 1 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. RFQ 2017 -028 -KB 60 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. 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. RFQ 2017-028 KBS 61 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 Attest CONSULTANT: Signature/Secretary Signature/President Print Name Print Name RFQ 2017 -028 -KB 62 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RFQ 2017 -028 -KB 63 CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS (RFQ 2017 -028 -KB) 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: 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 Days $ $ Assistant Director Date Consultant. Date Project Administrator -Director Date RFQ 2017 -028 -KB 64 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. REM -2h77 -75287-77-----r 65 HOURLY BILLING RATE SCHEDULE RFQ 2017 -028 -KB 66 SCHEDULE C APPROVED SUBCONSULTANTS RFQ 2017 -028 -KB 67 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RFQ 2017 -028 -KB 68 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) RFQ 2017 -028 -KB 69 l'imrra 2017 -028 -KB ATTACHMENT C CONSULTANTS RESPONSE TO THE RFQ 70 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 45 RFQ No. 2017 -028 -KB Various CEI Services on an "As -Needed" Basis AWISP Submitted to: City of Miami Beach Submitted by: WSP I Parsons Brinckerhoff PARSONS BRINCKERHOFF April 2017 Cover Letter and Minimum Qualification Requirements JPWSP PARSONS BR/NCKERHOFF AINWSP PARSONS BRINCICERHOFF TAB 1 COVER LETTER AN REQUIREVENTS 1.1 Cover Letter D April 3, 2017 Ms. Kristy Bada, Contracting Officer III Ciy of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Dear Ms. Bada: u U lv QUALIFICATION WSP I Parsons Brinckerhoff 2202 N. West Shore Blvd., Suite 300 Tampa, FL 33607 813-520-4444 Parsons Brinckerhoff, Inc. is pleased to submit one original, 10 copies and one CD of our qualifications for this project. Our talented team includes three local, DBE -certified subconsultants: Azimuth 360 Consulting Group, Inc.; C. H. Perez & Associates Consulting Engineers, Inc. and HR Engineering Services, Inc. Our proposed personnel are qualified, experienced, local and familiar with the area and contractors servicing the City of Miami Beach. From our experience working onyour design -build (D -B) projects such as Central Bayshore South reconstruction, Indian Creek Drive flood mitigation, and West Avenue Bridge construction, we understand the City's goals and procedures and have established relationships with your managing personnel. Our staff can assuredly provide you projects that are economically beneficial, timely, and of high quality as we have recently demonstrated. Of note, WSP I Parsons Brinckerhoff will unite under a single WSP brand worldwide effective May 2017. As part of that unification, Parsons Brinckerhoff, Inc. will formally change its name. No other aspects of this proposal or the capabilities of the company will change. The Federal Tax ID and insurance information will also remain the same. We will provide you formal notice and documentation once the corporate name change is effective and work with you to update any records as needed. We are proud to present our capabilities to continue a long working relationship providing CEI services to the City. I will be the primary contact for this solicitation and you can contact me or Charlene Cianci at 813- 520-4444. You have my personal and professional commitment that if we are selected for this assignment, every possible action will be taken for the success of this contract. Sincerely, Inc. Senior Vice President/Florida Construction Services Manager bWSP BR1NsHOFF City of Miami Beach ( Various CEI Services on an "As -Needed" Basis 1 2017 -028 -KB TAB COVER LETTER AND MINIMUM QUALIFICATION REQUIREMENTS 1.1 (continued) Table of Contents 1.2 Appendix A: Response Certification, Questionnaire & Requirement Affidavit Parsons Brinckerhoff Code of Conduct US Supplement to the Code of Conduct 1.3 Minimum Qualification Requirements 1 TAB 2: EXPERIENCE AND QUALIFICATIONS 2.1 Qualifications of Proposing Firm 6 Background 6 Florida CEI 6 Relevant Project Experience 6 2.2 Qualifications of Proposer Team 13 Introduction 13 Subconsultants 13 Organizational Chart 13 2.3 Financial Capacity 14 Resume Index 15 TAB 3: APPROACH AND N ETHODOLOGY 1 - Administer the Construction Contract 16 2- Resident Engineering Services 16 3 - Qualified Personnel 23 4 - Quality Assurance Plan 23 5 - Preparation for Arbitration Hearings 24 6 - Qualified Engineering Witnesses and Exhibits 24 7 - Services for Completion and Closure of Construction Contract 24 8 - Post Construction Claims Review 24 Exceptions to RFQ 25 J,WSP PARSONS BRNVCKERHOFF City of Miami Beach I `, v, as on an "As -Needed Basis i 2017-02Y bWSP PARSONS BR/NCKRHOFF Solicitation No: 2017 -028 -KB Solicitation Title: PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS Procurement Contact: Kristy Bada Tel: 305-673-7490 Email: kristybada@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: Parsons Brinckerhoff. Inc. No of Years in Business:84 No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: PB Americas, Inc.; Parsons Brinckerhoff Quade & Douglas, Inc. FIRM PRIMARY ADDRESS (HEADQUARTERS): One Penn Plaza, 250 W. 34th Street CITY: New York STATENew York ZIP CODE: 10119 TELEPHONE NO.: 212-465-5000 TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: 2202 N. West Shore Blvd., Suite 300 CITY: Tampa STATE: FL ZIP CODE: 33126 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Ken Spillett, PE ACCOUNT REP TELEPHONE NO.: 813-520-4444 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: spiIlett(bworld.com FEDERAL TAX IDENTIFICATION NO.: 111531569 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFC) 2017 -028 -KB 17 1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status? (� YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran -owned business or a service -disabled veteran owned business by the State of Florida or United States federal govemment, as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach, Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by an 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). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub -consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Our team has no financial or political ties with the City of Miami Beach 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management 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!. RFQ 2017 -028 -KB 18 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13 (October 1, 2012), the hourly living rate will be $11.28/hr with health benefits, and $12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI -U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO X 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 Fimi Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. Rra 1 ?-028-KB 19 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: 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. 10. Non -Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1, 2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article, with a business unless the business certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the city's Fair Chance Ordinance, set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e -procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm Receipt KS Addendum 1 Addendum 6 Addendum 11 KS Addendum 2 Addendum 7 Addendum 12 KS Addendum 3 Addendum 8 Addendum 13 KS Addendum 4 Addendum 9 Addendum 14 KS Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. RFQ 2017 -028 -KB 20 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being fumished 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 Govemment-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 govemed by and construed in accordance with the laws of the State of Florida. IPFQ 2017 -028 -KB 21 PROPOSER CERTIFICATION 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: Ken Spillett, .-- ----_, Iesentative: Title of Proposer 's Authorized Representative: VP, Florida Construction Services Manager Sijnature ; Prfo�as� 's'Auth rizetl Rey ��� Date: March 21, 2017 .,‘ State of FLORIDA Co my of 1-I, J l51• ( c., .,6 L ) oft,'' -tuft i.acorporation, the said corporation by authority of instrument to be its voluntary act and On this 0/1 day of P11 -111.64A 200, personally appeared before me 140,0 iv ( why stated that (se is the ,if.��,yes and that the instrument was signed in behalf of its board of directors and acknowledged said deed. Brfore me: u..r 4\4' Notary Public for the State Florida ommission Expires: -(r1 47 av,fit) RFQ 2017028 -KB 22 CODE OF CONDUCT % WS P BRINCKERHOFF TABLE OF CONTENTS CODE OF CONDUCT 1 INTRODUCTION 1 TO WHOM DOES THE CODE APPLY? 2 AM I REQUIRED TO COMPLY WITH THE CODE? 2 WHO INTERPRETS THE CODE? 3 BUSINESS INTEGRITY 4 No bribes or kickbacks 5 No facilitation payments 5 Working with third parties 5 Relations with government officials 6 Political contributions and involvement 6 Soliciting, giving and receiving gifts and favours 7 Books, accounting records and internal controls 7 Respecting communities 8 CONFLICTS OF INTEREST.............,...................................................9 Loyalty and service exclusivity 9 Examples of conflict of interest 9 Benefits or favours relating to the activities of the Corporation 10 Stock market transactions and insider trading..................,..............._..._10 USE OF CORPORATION ASSETS 12 Cars or other vehicles 12 Solicitation 12 Property 12 Funds..............................................................................._...........,......:..,._13 FRAUDULENT OR DISHONEST ACTIVITIES 14 CONFIDENTIAL INFORMATION 15 General 15 Proprietary information 15 Disclosure obligations 16 Media relations 16 PARSONS 0. ♦ ♦ J r BRINCKERHOFF FAIR DEALING WITH OTHER PEOPLE AND ORGANIZATIONS ....18 Competitors 18 Information about competitors 18 Selling our services 18 EMPLOYMENT POLICIES 19 Developing our people 19 Alcohol, Drugs and Other Substances 20 Prevention of violence 20 Discrimination and harassment 20 Personal Employee information 21 The environment 22 COMPUTER, E-MAIL AND INTERNET POLICIES 23 Personal use of Internet access provided by the Corporation 23 Protection of Corporation information 23 Important restrictions 24 Additional information 24 Software 24 Computer viruses 25 Document retention 25 REPORTING SUSPECTED NON-COMPLIANCE WITH THE CODE 26 General policy 26 Anonymous reporting 26 Investigation 26 Confidentiality 26 Protection against retaliation 26 REPORTING VIOLATIONS TO THE CODE........................,..................27 INTERNATIONAL FREEPHONE NUMBERS.............................,.......27 40 WS r PARSONS BAIN KERHOFF 1 CODE OF CONDUCT APPROVED BY THE BOARD OF DIRECTORS ON MARCH 17, 2015 INTRODUCTION As a professional services firm, we seek to adopt best practices that contribute to preserving the reputation we have built over the years. This reputation, along with the excellence of our professional services, enables us to maintain the relationships of trust we have with our clients, shareholders, employees and other stakeholders. We are proud of our success, which rests not only on the excellence of our services and leadership, but also on the loyalty of our clients. This is the result of our disciplined and thorough approach to the work we do and the motivation we feel to give the best of ourselves. Our employees are all ambassadors for WSP Global Inc. and its subsidiaries (collectively, the "Corporation") and their actions, whether on a business, professional or personal level, reflect on our organization. The integrity of our business depends on the integrity of each and every one of our employees. In order to continue to earn the trust of our clients and stakeholders, and to preserve our reputation, we must set high standards of conduct for ourselves. In that regard, our Code of Conduct (the "Code") reflects our commitment to abide by ethical principles in our business dealings with clients, shareholders, employees and suppliers. It aims, among other things, to provide guidance and a framework for our actions and behaviours with respect to our corporate obligations as well as our business activities. This Code applies to all our employees, officers and members of the board of directors. Integrity is everyone's business. All employees must read our Code, adopt it and, as a matter of obligation, comply with it. Each of us has a role to play in upholding the very highest standards of integrity. Alexandre L'Heureux President and Chief Executive Officer �.wsP PARSONS 1N� ERHOFF 2 TO WHOM DOES THE CODE APPLY? The Code applies to all employees, without exception. This includes the President and Chief Executive Officer, officers, vice presidents, directors and other managers, all staff employed with the Corporation, its subsidiaries and affiliated companies and members of the board of directors of the Corporation (hereinafter collectively referred to as the "Employees"). Because of their leadership role, the management and senior executives of the Corporation are expected to set an example by conducting themselves in an exemplary manner at all times and in all situations. As a professional services firm whose staff includes Employees from many different backgrounds, we are also governed by the codes of ethics of various professional orders and organizations. We are required to comply with those codes as well. A US Supplement to the Code also provides guidance to all Employees on the special requirements that apply when contracting with US federal, state and local governments. It should be noted that this Code does not replace or amend any legislative or regulatory provisions. We have also put in place policies which everyone must follow. All Employees are encouraged to read over our various policies, which can be found on the Corporation's intranet sites. EACH PERSON HAS AN ESSENTIAL CONTRIBUTION TO MAKE... We work in a professional services industry and we act accordingly. We are our Corporation's best ambassadors; we all play a key role by complying with our Code and our policies. AM I REQUIRED TO COMPLY WITH THE CODE? All Employees have a responsibility to understand the Code, and compliance with the Code is mandatory. All Employees must respect the values and principles set out in the Code and perform their duties with honesty and integrity in all areas not specifically addressed by the Code. Any violation of the Code is subject to disciplinary measures by the Corporation, up to and including dismissal. Disciplinary measures subject to national laws and collective agreements may be taken against any Employee who: - violates the Code or does not adopt the conduct advocated therein; - encourages other Employees to violate the Code; 4 deliberately breaches the obligation to report a Code violation or fails to do so promptly, or withholds relevant information concerning a violation; - refuses to cooperate during an investigation related to a suspected or known violation; 4 confronts an Employee who reports a practice violation. The Code sets forth general principles to guide Employees in making ethical decisions. However, it does not cover every possible situation. There is nothing in the Code that would prevent the Corporation from taking WS P BRINCKERHOFF 3 disciplinary action on matters involving Employee misconduct, whether expressly covered by the Code or not. HONESTY IS... Never getting involved in theft, fraud, bribery or any sort of breach of trust situation in the performance of our duties. For example: All transactions, assets and liabilities of the Corporation recorded in its books must accurately reflect its overall operations. All statements and reports, including expense reports, invoices, pay slips and Employee records, must be prepared carefully and honestly. No transactions may be kept from management or from the Corporation's auditors. WHO INTERPRETS THE CODE? The governance, ethics and compensation committee of the board of directors of the Corporation (the "Governance and Compensation Committee") and the Chief Risk and Ethics Officer, are responsible for overseeing the interpretation of the Code. The Governance and Compensation Committee may review, modify or amend the Code at any time to reflect the complexity of the changing business environment in which we operate. We also have an Internal Audit department tasked with ensuring that these governance standards are respected. WHO ARE THE MEMBERS OF THE GOVERNANCE AND COMPENSATION COMMITTEE? WHAT ROLE DOES IT PLAY IN RELATION TO THE CODE? Three independent directors sit on the Governance and Compensation Committee. This committee is responsible for developing best in class governance standards for the Corporation and for reviewing related procedures to ensure compliance with applicable legal rules and regulations. �� WS P BR� PARSONS 4 BUSINESS INTEGRITY We work with honesty and integrity at all times. We understand that the future of our business depends upon the trust of our clients and other stakeholders, and our reputation for technical expertise and reliable, ethical conduct. The opposite of integrity is dishonest behaviour, including corruption, that would undermine our reputation for fair dealing. In all our business activities, we comply with both the letter and the spirit of national and international laws. Regardless of which country they find themselves in, the Corporation Employees must diligently protect the Corporation's integrity at all times. Also, Employees must comply with the legal and regulatory requirements of the countries where the Corporation conducts business. The Corporation is subject to anti -corruption laws, including the Canadian Corruption of Foreign Public Officials Act (CFPOA), the United States Foreign Corrupt Practices Act (FCPA), and the UK Bribery Act. These submit the Corporation to the strictest anti -corruption laws in the world. They apply to all Employees and subsidiaries everywhere in the world, regardless of nationality or location. The penalties for infringement of these laws include fines and prison sentences for individuals and heavy fines for companies — often running to hundreds of millions of dollars. For more information on anti- corruption legislation, please refer to the policy entitled Understanding Bribery Issues, which is available on the Corporation's web and intranet sites. Our Code of Conduct takes account of our legal and regulatory requirements, and is designed to provide overarching guidance, so that Employees can be sure that if they adhere to this Code, they will be in compliance with increasingly complex international and national regulations. In all our business activities, we act with integrity. In particular: -* We prohibit bribery, and the making of undue payments or kickbacks in any form, whether large or small, direct or indirect. 4 We are committed to the principles of fairness and excellence in our dealings with all our business partners, and expect the same commitment in return. We require all joint venture partners, as well as agents, sponsors, representatives, suppliers and subcontractors acting on our behalf to apply ethical principles that are consistent with our own. 4 We prohibit the offer or receipt of gifts, hospitality, expenses or inappropriate benefits whenever such arrangements could constitute, or appear to constitute, an undue influence on the outcome of business transactions or the integrity of our business relationships. 4 We keep accurate books and records throughout our operations. 4 We expect our Employees to avoid personal activities and financial transactions that could conflict — or be seen to conflict — with those of the Corporation. If there is a potential for conflict, the interests of the Corporation must take priority. 4 We protect the trade secrets and confidential information of the Corporation, and will respect the same rights on the part of our business partners. ■ ♦. S I BRINCKERHOFF 5 NO BRIBES OR KICKBACKS We prohibit all forms of bribes and kickbacks. Bribery includes payments to secure a business advantage to which we are not entitled. A bribe may take the form of a financial inducement, a gift in kind, or some other favour, such as an offer of employment to a relative of the person being bribed. None of these are acceptable. Kickbacks arise when suppliers of service providers pay part of their fees to the individuals who awarded the contract, or provide some other form of business advantage. NO FACILITATION PAYMENTS We prohibit facilitation payments. Facilitation payments are small payments to officials with a view to speeding up routine governmental transactions to which the payer is already entitled. They are often known as `speed money' or 'grease payments'. Examples include payments to speed up customs clearances, and extra fees to officials to secure electricity connections. If you encounter a demand for a facilitation payment, or you think you are likely to do so, you should report the situation to local senior management or the Risk and Ethics Officer's local representative so that we can formulate a response. The senior management team recognizes that demands for facilitation payments are often backed by a form of extortion, in some cases including the threat of violence or personal harm. An extreme example would be a demand for payment to secure an emergency admission into a hospital, leaving no time to consult a line manager. In such circumstances, we accept that Employees will need to use their best judgment in accordance with the Corporation's business integrity principles, always keeping in mind that personal health and safety are paramount. Whatever happens, Employees must report any incident where they feel forced to make facilitation payments as soon as possible, and any payments made must be properly recorded. Management will support Employees who made the best decision they could, and reported the incident in a timely manner. A post -event assessment will be conducted and a mitigation plan will be implemented to ensure, when possible, that certain events do not reoccur. WORKING WITH THIRD PARTIES It is important to note that we do not pay bribes, either directly or indirectly. Our Business Integrity principles apply to all external parties who act for us as well as our own Employees. We make this commitment on ethical grounds and because we and our Employees could be held legally accountable if our business partners are involved in any malpractice — such as the payment of bribes, when acting on our behalf. A typical example of indirect bribery would be a case where a company employs a commercial agent to help it win a government contract. The agent is paid by commission based on a percentage of the contract fee, and, with or without the company's knowledge, part of that commission is passed on to the government official who awards the contract in order to influence his decision. The Corporation does not tolerate such practices. A high proportion of �� • i J 1- BRINCKERHOFF 6 violations and prosecutions for violations of anti -corruption law have involved payment to third parties. For more information on identifying indirect bribery risk, and managing third - party relationships, please refer to the Working with Third Parties Policy, which is available on the Corporation's web and intranet sites. RELATIONS WITH GOVERNMENT OFFICIALS Some Employees deal with different levels of government and with their administration. As the Corporation continues to increase its international reach, our Employees are also likely to come into extensive contact with foreign government officials. Most national and international legislation focuses on public officials, though the UK Bribery Act also covers bribes between private individuals. Employees must therefore take particular care when involved in any business relationship or discussion with a government official. It is important to note that anti -corruption legislation often uses a wide definition of government officials — those who are not simply traditional representatives of governments at the federal, state or municipal levels (appointed or elected). It may also encompass a wide range of civil servants, as well as employees of state-owned or state-controlled entities. Enforcement proceedings in the United States have made it clear that a very wide definition of foreign official can be used in enforcement proceedings. For more information on how to identify and manage bribery and corruption risk relating to third parties, including foreign officials, please refer to the Working with Third Parties Policy, which is available on the Corporation's web and intranet sites. POLITICAL CONTRIBUTIONS AND INVOLVEMENT Political contributions and donations can involve cash and non-cash, such as the use of corporate facilities, services or materials, or Employee time. Typically, they are to support a governmental entity, or a political organization, party or candidate. As a general rule, the Corporation does not make any political donations or contributions. This being said, in the US, certain political contributions and campaign donations are permitted by law and are an accepted part of local custom and practice with respect to government and industry engagement. In the US, our operating companies may make political contributions or donations, provided they are approved by the Regional President & CEO and comply with policies and processes approved by the Corporation. Any permitted political contribution should not be such that its scale or affiliation might be seen as excessive or inappropriate. The laws on lobbying and government relations are complex and differ between jurisdictions. Whenever and wherever we act on behalf of the Corporation, we must take great care about what we say or do in the public or political domain. Our Employees should always be clear on supporting facts and have the appropriate approvals when talking with governments and public bodies. Interactions with public officials shall comply with our Code and existing guidelines. Our Employees should never engage in any public policy activity ■ W5 P ! BRINCKERHOFF 7 on behalf of the Corporation or appear to represent the views of the Corporation unless expressly authorized to do so. Everyone who works for the Corporation has the right to participate in political activities in their personal capacity and to pay political contributions out of their own pocket, so long as this does not lead them into a real or apparent conflict of interest situation. Furthermore, no Employees will be reimbursed in time, money or in any other form of compensation by the Corporation for their activities. SOLICITING, GIVING AND RECEIVING GIFTS AND FAVOURS We have adopted the principle that Employees may not solicit, give or receive, either directly or indirectly, gifts, gratuities, special allowances, favours or benefits in relation to an individual or corporation with which they do business, if the benefit could unduly influence the judgment of the recipient by creating a disproportionate obligation to return the favour or by creating an appearance of impropriety. In the business world, it is important to build up good personal relationships with clients and, on occasion, with government officials. As part of this process, you may meet for lunch or dinner and want to pay the bill. Sometimes you may wish to exchange token seasonal gifts. Most exchanges are harmless but you need to be vigilant. If there is any appearance that either party is under a business obligation as a result of the gift or meal, then it is not acceptable. By maintaining our independence, we avoid real or apparent conflicts of interest. We must decline or return an invitation or a gift that is offered repeatedly or whose significance makes us feel uncomfortable, and notify our immediate superior. For more information and guidance on gifts, entertainment and hospitality, including examples, please refer to the Gifts, Entertainment and Hospitality Policy, which is available on the Corporation's web and intranet sites. BOOKS, ACCOUNTING RECORDS AND INTERNAL CONTROLS We are required under various securities legislation, tax laws and other laws, regulations of other countries and jurisdictions, and International Financial Reporting Standards (I FRS) to keep books, records, and accounts that accurately reflect our overall operations and to establish for this purpose an appropriate accounting and internal control system. We must therefore ensure that the Corporation's books, records and accounts are valid, complete and accurate, and based on verifiable supporting documentation. Under no circumstances will we keep parallel accounts. The Corporation has adopted internal controls and procedures to meet its accounting requirements and comply with legislation and regulations. Employees are required to implement such controls and procedures in order to ensure that all financial transactions are recorded completely and accurately. All Employees in supervisory roles must also implement internal controls relating to the activities for which they are responsible, with a view to safeguarding the assets of the Corporation and ensuring the accuracy of its financial reports and accounts. All Employees must comply with the established procedures. ��WSI BRINCKERHOFF 8 No one may interfere with the process of auditing the Corporation's accounts by the internal or external auditors, nor seek to improperly influence the auditing process, either directly or indirectly. Employees must not: 4 improperly accelerate or defer the recording of revenues or expenses so as to give the impression that financial targets or results have been attained; 4 keep assets or funds "in reserve" by not officially recording them in the books; 4 establish or maintain accounts and financial records in an inadequate, incomplete, fraudulent or misleading manner; 4 issue payments for reasons other than those stated in the supporting documents; 4 submit or approve an expense report where they suspect that some expenses were not actually incurred, are not accurate, do not clearly or accurately describe the expense or its purpose or do not comply with the expense policies; 4 sign any documents that they know or suspect to be inaccurate or untruthful. Any Employee with knowledge of irregularities concerning the accounting of a transaction involving the resources of the Corporation must report this promptly to his/her immediate supervisor and/or to the Vice President of Internal Audit. Irregularities can also be reported in a confidential manner in accordance with relevant internal procedures, notably through our whistleblowing service. RESPECTING COMMUNITIES We contribute positively to communities wherever we work through the services we provide and the lasting infrastructure we leave for the public, such as schools, hospitals, other social infrastructure and transport systems. We are never complacent about the way we operate in a local area, or the impact our operations can have on local people and their environment. We listen, we care about people's concerns, and we act on them wherever and whenever we can. We believe that profitable markets, healthy communities and environmental limits are not competing interests; they are shared outcomes that closely align with one another. In order to be a successful and profitable company, we need to realize that alignment. We will always respect the traditions, cultures and laws of the countries in which we operate and will take into account the concerns of the wider community, including both national and local interests. We will listen to the concerns of local communities and, wherever we can, we will act to mitigate them to the very best of our powers. Communities affected by our projects will be regularly updated and informed of their progress. Additionally, we will seek to employ qualified local people on our projects wherever possible. AR ■ J 1- 1 IN KKER � ♦ PARSONS RHOFF 9 CONFLICTS OF INTEREST In order to maintain the trust of our clients and the public, all Employees must avoid putting themselves in a real or apparent conflict of interest situation. As an example, a conflict of interest exists if you allow or appear to allow your personal or private interests or the interests of your family, other relatives or associates (a company you own or in which you have an interest, a business partner, etc.) to affect your ability to perform your work objectively, impartially and effectively. If an Employee believes that there is a real or apparent conflict of interest, he/she must promptly report the situation, in writing, to his/her immediate supervisor and must complete the prescribed register which can be found on the Corporation's intranet. The following principles and rules are intended to guide Employees so they can avoid real or apparent conflicts of interest whereby personal interest may be to the detriment of the Corporation's interests. LOYALTY AND SERVICE EXCLUSIVITY All Employees are required to behave in a loyal manner at all times so as to protect the interests of the Corporation. All Employees are required to work exclusively for the Corporation while being employed by it. This requirement may vary in certain regions and is subject to local laws and collective agreements. Employees should check with local Human Resources. Employees may not carry out business activities or accept mandates on behalf of third parties, either directly or indirectly, for compensation or otherwise, which compete with the regular activities of the Corporation, unless they have obtained prior consent from their supervisor and the Regional Risk and Ethics Officer. In the event that a member of management is asked to become a board member of a company or other organization, he/she may not accept such an appointment without prior approval from the Regional President and CEO. EXAMPLES OF CONFLICT OF INTEREST WHEN AMI MOST SUSCEPTIBLE OF EXPOSING MYSELF TO A REAL OR APPARENT CONFLICT OF INTEREST? The following are examples of real or apparent conflict situations you may encounter in your daily work and the action to be taken. - Doing or carrying on business with family and friends must be disclosed and you must remove yourself from any selection process. i Information on corporate business opportunities contemplated by the Corporation should never be discussed with third parties in which an Employee may have a direct or indirect interest in. -� Direct supervision of anyone with whom you have a family relationship must be avoided as it could give rise to an appearance of favouritism. ini • ♦ S P PARSONS BRINCKERHOFF 10 -> Disposal of any Corporation assets in favor of an employee, his/her family, relative or associate for a consideration lower than fair market value must be authorized by the Risk & Ethics and Legal departments. HOW CAN I TELL IF I AM IN A CONFLICT OF INTEREST SITUATION? ASK YOURSELF THE FOLLOWING QUESTIONS: 3 Am I performing my duties in a completely objective and impartial manner? 3 Do my actions or decisions result in a financial or other benefit for me, a relative, a friend or any other person including companies or other entities with whom there is ownership interest? 3 Could my actions or decisions give the impression that I am acting in my own personal interest or in the interest of a relative or friend? 3 Are my actions and decisions in line with corporation values? 3 Would I be embarrassed to discuss this with my supervisor or my colleagues? LOYALTY ALSO MEANS... Avoiding behaviours that might be prejudicial to the Corporation, its image and its reputation. This continues to apply following termination of employment, by respecting the confidentiality of the Corporation's information. Loyal behaviour also includes being constructive, rather than critical, in our comments to co-workers in order to improve our practices. BENEFITS OR FAVOURS RELATING TO THE ACTIVITIES OF THE CORPORATION Employees must not seek to take advantage of benefits or favours that could arise or be discovered by them as a result of their employment at the Corporation. They must not use the Corporation's property, or information obtained through employment with the Corporation, to their own benefit. Employees must not seek to take advantage of business opportunities that could become available to them outside the workplace if these concern existing or proposed business activities. Moreover, Employees may not use property or information belonging to the Corporation for personal advantage, nor may they compete with the Corporation in any business endeavour. In a similar vein, subject to business relationships that the Corporation may already have negotiated or entered into with certain business partners, Employees may not use the Corporation's name to obtain discounts or any other preferential treatment, without written authorization. STOCK MARKET TRANSACTIONS AND INSIDER TRADING Securities legislation imposes restrictions on the purchase, sale or other dealings of securities by anyone possessing "privileged" information that is not yet public knowledge and that could impact on the share price of the securities of a given corporation. Employees are therefore not authorized to sell or purchase securities of the Corporation, or third -party companies with which it has business dealings, • ♦ i J r BRIIMCKERHOFF 11 when they have knowledge of material non-public information obtained in the course of employment, nor are they authorized to pass on such "tips" to anyone else. In addition, Employees must take care not to inadvertently disclose confidential information to their spouse, family members or anyone else living in their household, or to business partners, friends or acquaintances, because this could be considered "insider trading." It is not possible to define all categories of "material non-public information." However, information should be regarded as "material" and "non-public" if it has not been previously disclosed to the general public and is not otherwise available to the general public, and if there is a reasonable likelihood that it would be considered important to an investor in making an investment decision regarding the purchase or sale of the Corporation's securities. For example: Such privileged information could spur investors to buy, sell or trade the Corporation's securities, as well as the securities of third -party companies with which it has business dealings. Examples of information considered to be "material" until disclosed publicly include: 4 acquisition -related information; 4 quarterly and annual financial statements; 4 strategic plans; 4 business results; 4 corporation operating statistics; 4 major changes in senior management. WHAT IS AN "INSIDER"? An insider is an individual who possesses material non-public information on the Corporation. An individual who conducts transactions on the securities of the Corporation before that information becomes known to the public is engaging in insider trading. For example: An Employee knows that we are just about to conduct an important transaction to finalize an acquisition that could have an impact on the value of our shares. This person buys or gets another person to buy shares on the stock exchange before that information is made available to the general public. For more information on insider trading, our employees have access to the Insider Trading Policy, which is available on the Corporation's intranet site. AP i •� S BH1NC RHOFF 12 USE OF CORPORATION ASSETS Employees must make appropriate use of the Corporation's property and physical resources, as well as its proprietary and other confidential information. Employees are also responsible for protecting the Corporation's assets, both tangible (material, buildings, personnel, property, information, revenue streams, etc.) and intangible (communication networks, information systems, intellectual property, etc.) All Employees must act in a reasonable manner and take appropriate safeguards to prevent losses attributable to the deliberate actions of others, whether these take place inside or outside the Corporation, and to prevent situations that could result in injuries, property damage, theft, loss, abuse or unauthorized access to physical assets or logical property, or to intellectual property (including data). CARS OR OTHER VEHICLES As part of their duties, Employees are sometimes required to use a Corporation vehicle, their personal vehicle or other types of motorized equipment. Driving while impaired or under the influence of any drug or substance is strictly prohibited. Furthermore, when driving a car or other vehicle, Employees must comply with the laws and regulations in force in the location where they are driving, and will be held personally responsible for any violation or fine to which they may be subject. Employees must also drive with care, respect and courtesy. SOLICITATION Our workplace, facilities and physical resources must not be used for solicitation, publicity or advocacy purposes not directly related to the business activities of Employees, except in the case of charitable or other activities approved in advance. It is strictly prohibited for an Employee to canvass on Corporation premises to the benefit of a third party for any reason whatsoever. FOR EXAMPLE... Soliciting a co-worker in an insistent manner may bother or create discomfort for the person as he/she might feel obliged to make a contribution. The same applies to advocacy; we must avoid expressing or imposing our political or social opinions for the purpose of securing support in any form. PROPERTY Employees must acknowledge that any right, title or interest pertaining to patents or copyrights derived from work performed while employed by the Corporation, either alone or in collaboration, remains the property of the Corporation. Information technology (IT) equipment and tools are supplied to Employees by the Corporation primarily to facilitate and support the Corporation's business operations and to help Employees do their work. No individual employed by or under contract to the Corporation may use, without prior authorization from his/her supervisor or the vice president, IT equipment and tools for business purposes other than those of the Corporation. IT equipment and tools must not be used for any illegal or improper purposes. �/J■ WS BRINCKERHOFF 13 The Corporation's name and logo are trademarks that cannot be used by Employees except in the context of their functions according to the graphic design standards established by the Communications department. FUNDS Employees must properly use and protect cash, cheques and postage, and ensure that all expense reports, claims and invoices are accurate and approved in accordance with the Corporation's policies. Employees must produce receipts (supporting documents or proof of purchase) for any expenses incurred on behalf of the Corporation, justify their expenses and follow the reimbursement procedure established by the Corporation. They must charge all expenses and transactions to the appropriate accounts. Whenever possible, Employees should use the services of business partners with whom the Corporation has agreements. YOU SHOULD ALSO KNOW... Employees may, however, use telephones, e-mail and Internet in the workplace for dealing with personal matters provided that usage is reasonable and that it does not disrupt the flow of work or result in additional costs for the Corporation. HELPFUL INFORMATION... The Corporation trusts its Employees and deems them responsible for managing their expenses with good judgment, as though they were dealing with their own funds. We invite our Employees to read their local policies on expense statements for full details. ; WS r" BRINCKERHOFF 14 FRAUDULENT OR DISHONEST ACTIVITIES Employees are strictly prohibited from carrying out fraudulent or dishonest activities in regard to the assets of the Corporation. Such activities include without limitation: 3 Falsification of supplier invoices or receipts; 3 Fictitious payroll transactions; 3 Deliberate false statements, made orally or in writing, about the Corporation, other Employees, supervisors, oneself or work-related situations; 3 Approval or receipt of payment for goods not received or services not performed; 3 Misappropriation of funds, securities, supplies or any other assets; 3 Creating or altering hardcopy or electronic documents with the intent to defraud the Corporation or its clients; 3 Falsification of financial or accounting data related to cash transactions; 3 Improper use or falsification of the Corporation's letterhead for non- business related purposes. ALSO OF NOTE... Because the Corporation is a responsible firm concerned about maintaining its reputation, and because we are a public corporation, the Audit Committee of the Corporation's board of directors (the "Audit Committee"), in cooperation with Management, developed internal procedures, including the whistleblowing service procedure, which is available on the Corporation's web and intranet sites. The intent of such procedures is to create an open and empowering atmosphere in which any Employee who witnesses suspicious activities or has serious doubts in that regard can express his/her concerns in complete confidence. WSP � CKER ., 15 CONFIDENTIAL INFORMATION GENERAL We operate in highly competitive markets. Therefore, Employees must be aware of the fact that, as in any competitive environment, confidential information and trade secrets must be protected in the same manner as other assets of value to the Corporation. Information on pricing, products or services under development, intellectual property, and other trade secrets such as information on corporation acquisition or divestiture plans, must be handled in strictest confidence. In addition, reasonable preventive measures must be taken to prevent unauthorized disclosure. In performing their duties, Employees must only use such information for the purposes for which it was compiled. All files, notes and reports acquired or created in the course of employment remain the property of the Corporation. Document originals or copies may be taken out of the Corporation's offices, in whole or in part, with the authorization of the Employee's supervisor, provided such documents are kept in a secure environment at all times, that they are used only to perform the duties of Employees, and that they can be returned to the Corporation at any time upon request. PROPRIETARY INFORMATION Many documents and much of the Corporation's information (including confidential information) are proprietary. That means they contain highly confidential information that is crucial to the Corporation's business. Information provided to the Corporation by a third party may also be proprietary, confidential or secret and must therefore be dealt with in accordance with the instructions provided by the third party. All proprietary confidential information must be protected against unauthorized disclosure or misuse. Proprietary information includes the following: 4 Documents relating to acquisitions; 4 Business plans; 3 Information on new technologies; 4 Strategic plans; 4 Files and information relating to legal proceedings; 4 Files and information on business partners; 4 Confidential information about Employees; 4 Audit reports; 4 Training material and manuals; 4 Proprietary software. Depending on the information involved, unauthorized disclosure or improper handling of such information could have serious repercussions for the Corporation. For example, the Corporation could be placed at a competitive disadvantage; it could also be exposed to legal proceedings or have its image tarnished. A. ♦ ♦ J BRINCKERHOFF 16 FOR EXAMPLE.. Employees must return to the Corporation any confidential documents or documents of a commercially strategic nature in their possession upon termination of their employment, as such material is the property of the employer. DISCLOSURE OBLIGATIONS We are required by virtue of various securities legislation to inform the public on a regular basis concerning the state of our business and financial situation. This is done primarily through our quarterly and annual reports as well as through material published in connection with the annual shareholders' meeting. The Corporation provides additional disclosures through information produced for specific occasions, such as communications with financial analysts and quarterly press releases. All Employees who are involved in preparing and disseminating such information or who themselves offer such information have an obligation to ensure that the disclosure is full, fair, accurate, timely and understandable. We have adopted control methods and procedures designed to meet our disclosure requirements. An Employee with knowledge that information made public is not accurate, complete or timely, or with knowledge that a given development or fact may require disclosure, must report the matter immediately to our Risk and Ethics department. To ensure maximum consistency in the information disclosed to the public, only a limited number of individuals are authorized to communicate with the financial community on behalf of the Corporation. These individuals are: 4 the Chairman of the Board; 3 the Chief Executive Officer; 4 the Chief Financial Officer; 4 the Communication/Investor Relations Officer; 4 other persons authorized by the Chief Financial Officer. All employees have access to more information on disclosure obligations in the Corporation's Public Disclosure Policy, available on the Corporation's Intranet. MEDIA RELATIONS The Corporation encourages every country to be timely, responsive and open with local media, to create opportunities that enhance the firm's image and safeguard its reputation. All media relations activities (including social media such as, but not limited to, Twitter, Facebook, Linkedln or YouTube), with the exception of the restrictions above, are coordinated by the Regional Head of Communications in each country. Given the large size and international structure of the Corporation, it makes many routine announcements or otherwise discloses information to the public that would not meet the definition of prohibited disclosure set out in the Public Disclosure Policy. Many of these routine communications relate to (i) specific projects, (ii) clients, (iii) work -in -progress, (iv) awards, or (v) views expressed by experts working for the Corporation. Please note that when making a i"'■ WS P BRINCKERHOFF 17 disclosure about a specific project, prior client consent must always be obtained. When an information request involves disclosure of information, the disclosure of which is or may be restricted, the Regional Head of Communications/Marketing will contact the Investor Relations Officer for guidance regarding the request prior to providing a response. The Investor Relations Officer may require that the Regional Head respectfully decline the request as containing confidential or proprietary information or may allow the Regional Head to proceed with a response. Staff members who are not authorized to serve as spokespersons at the corporate or country level will not respond on behalf of the Corporation to any enquiry from, or initiate communication with, the media. The Regional Head of Communications/Marketing has a duty to speak truthfully and openly to the best of his/her knowledge regarding the Corporation, subject to the disclosure restrictions detailed in the Public Disclosure Policy and the External Communications Policy, available to employees on the Corporation's Intranet. EWSP PARSONS BRINCKERHOFF 18 FAIR DEALING WITH OTHER PEOPLE AND ORGANIZATIONS Any business transacted on behalf of the Corporation must be conducted in an honest and straightforward manner so as to protect the integrity and reputation of the Corporation. In addition, it is our policy to avoid misrepresentation, manipulation or concealment or any misuse of confidential information, and to not engage in any unfair practices with shareholders, clients, suppliers, competitors and Employees. COMPETITORS We value fair and open competition. We will not enter into any business arrangement that eliminates or discourages competition or that confers an inappropriate competitive advantage, as such arrangements interfere with commerce and free trade. Activities of this type include price fixing agreements, boycotting of suppliers or clients, price fixing for the purpose of eliminating a competitor, entering into an agreement or arrangement with competitors for dividing a market, etc. Our Employees must comply with Canada's Competition Act and similar legislation in other countries. INFORMATION ABOUT COMPETITORS Employees are entitled to stay informed about the markets in which the Corporation operates and this includes obtaining information about our competitors, their products, services, technologies, pricing, marketing campaigns, etc. However, such information must be collected through legal and ethical means, failing which the Corporation would be acting illegally and could expose itself to legal proceedings. SELLING OUR SERVICES Our clients expect that we will offer them quality services, and that we will be accurate in describing the benefits that may be derived from such offerings. To maintain the trust of our clients, we: 4 only offer services that we are authorized to provide alone, under contract, through an alliance or through an agent; 3 only offer services that clients desire; 4 always promote our services in a straightforward and honest manner; 4 allow our partners to ask any questions they want about their competitive choices; 4 always deal with our clients in a courteous, professional and constructive manner. WE VALUE CLIENT CARE... We develop innovative solutions, manage efficiently and deliver the best projects for our clients. We provide a constructive experience based on professionalism and a proactive approach to client needs. /11.YV J I- BRINCKERHOFF 19 EMPLOYMENT POLICIES We are committed to providing a work environment that is characterized by respect and dignity. Employees are expected to conduct themselves with honesty and integrity, and to treat others with fairness, dignity and respect. Each individual is entitled to work in a businesslike environment that is free of discriminatory practices and that promotes equal employment opportunities. That is why we expect that relations between individuals in the workplace will at all times be professional in nature and free from any form of unlawful discrimination or harassment. It is Corporation policy to provide Employees with equal employment opportunities without any discrimination or harassment based on race, colour, national or ethnic origin, religion, sex (including pregnancy or childbirth), sexual orientation, age (except as provided by law), marital status, family status, mental or physical disability, or any other status protected by law. It is our policy to comply with all applicable employment and labour legislation, as well as any other legislation governing employer-employee relations and the workplace and existing collective agreements. No Employee may interfere with or retaliate against another Employee who seeks to assert his/her rights under legislation governing labour or employee relations. Any questions regarding labour and employee relations or related Corporation policies should be directed to the Human Resources department. DEVELOPING OUR PEOPLE The Corporation's decisions about recruitment, hiring, compensation, development and promotion are made solely on the basis of a person's ability, skills, experience, behaviour, performance and potential for the job. Our employees can expect: 4 a clear understanding of our goals and objectives, and of the performance standards and behaviour expected of them; 4 training to further develop their skill set in their role; 4 fair evaluation of their performance. If we employ the best people and give them an environment in which to grow and develop, we will achieve our business goals and keep these people with us. Developing our people is the best way to develop our organization. We are committed to: 4 employing people who will uphold our core values and our standards of ethical conduct; 4 creating a working environment in which all our people feel valued; 4 encouraging and supporting all our people so that they can achieve their best; 4 identifying and satisfying training and development needs, so our people can perform and develop their potential; 4 upholding a fair system of recognition, reward and promotion across the Corporation; 4 never denying a promotion or opportunity on the basis of any form of discrimination. i■ WS P BRINCKERHOFFOH 20 ALCOHOL, DRUGS AND OTHER SUBSTANCES We are committed to providing a drug-free and alcohol -free workplace. The consumption of alcoholic beverages by Employees while on duty or on Corporation premises is strictly prohibited. In exceptional circumstances, managers may authorize the reasonable consumption of alcoholic beverages in connection with an official ceremony or activity. Possessing, using, selling or offering illegal drugs and other controlled substances is prohibited in all circumstances while on duty or on the premises of the Corporation. Smoking is also prohibited in the workplace except as specifically provided for in certain designated areas. Please check with the local Human Resources department. Moreover, Employees are prohibited from reporting for work under the influence of alcohol, an illegal drug or a controlled substance. Our complete local employment policies are part of the Employee manuals and are available to Employees on their respective intranet or via their Human Resources department. FOR EXAMPLE... As regards alcohol consumption in the workplace, a manager may authorize the consumption of alcoholic beverages as part of a social gathering designed to commemorate a co-worker's years of service. PREVENTION OF VIOLENCE Employee safety is of vital importance to the Corporation. We will not tolerate any violence or threats of violence in the workplace. Any Employees who, on the Corporation's premises, experience, witness or otherwise become aware of a violent or potentially violent situation, or a similar situation that could have repercussions on the Corporation's business, must immediately report this to their supervisor. DISCRIMINATION AND HARASSMENT We prohibit all types of unlawful discrimination, including harassment, whether directed against an individual or group, including Employees, clients and shareholders. Harassment is usually defined as any behaviour, often recurrent in nature, which negates an individual's dignity and the respect to which he/she are entitled because the behaviour is offensive, embarrassing or humiliating or creates a hostile or intimidating work environment. Harassment may take different forms, such as any of the following examples: -i Unwelcome remarks or jokes about an individual's race, colour, national or ethnic origin, religion, sex (including pregnancy or childbirth), sexual orientation, marital status, family status, age, mental or physical disability; ▪ The display of discriminatory or offensive pictures, posters, emails or screensavers; ▪ The transmission or receipt of messages or files, by e-mail or any other form of delivery, that are illegal, sexually explicit, abusive, offensive, profane, unwelcome, or that may tarnish our image; • Sexual harassment; • Inappropriate physical contact; r'WSP PARSONS BRINCKERHOFF 21 4 Threats, intimidation, or verbal abuse; 4 Psychological harassment; 4 Any other action that may reasonably be perceived as offensive or disrespectful. PERSONAL EMPLOYEE INFORMATION Our policy is to protect the privacy of Employees and to collect personal information only for purposes relevant to the Corporation's business. Upon request, Employees have the right to have access to their personal information. "Personal information" means information about an identifiable individual, but does not include the name, title or business address or business telephone number of an Employee. Personal Employee information refers to records like an Employee's file and other documents collected and used for business purposes, such as compensation, benefits or other services. All personal information must be protected by safeguards appropriate to the level of confidentiality of the information and may only be used for the purposes for which it was collected. Personal information about an Employee may only be disclosed to individuals who need such information for business purposes or whose duties require it, or to third parties where required by law or with the Employee's consent. All Employees (including managers and non - managers) with personal information concerning other Employees must take steps to ensure its protection. In addition to the safeguards that normally apply in such circumstances (storage in locked drawers or filing cabinets, password access and data encryption), Employees must refrain from openly discussing personal Employee information in public. PROTECTION OF PERSONAL INFORMATION In doing business, we acquire personal information on business partners, suppliers and clients. It is only acquired in connection with the products and services we provide. Furthermore, we are only authorized to use the information for the purposes for which it was originally collected and which our partners, suppliers and clients would reasonably expect. We must comply with privacy legislation that requires us, among other things, to identify the reasons why we collect personal information in the first place, and to obtain our clients' consent before collecting, using or disclosing such information. Personal information must be duly safeguarded and access limited to those individuals with a legitimate need to know such information in order to perform their duties. Questions relating to the protection of personal information should be submitted to the Human Resources department. OCCUPATIONAL HEALTH AND SAFETY We are committed to providing a safe and healthy work environment for our Employees. We expect Employees to observe applicable legislation, along with the guidelines included in our Global Health and Safety Policy, and the instructions of their managers. Work-related incidents and accidents, together with any concerns about workplace health and safety, must be immediately reported to your immediate 11WSP BRINCKFAHOFF 22 supervisor, the Human Resources department or the person in charge of on- site health and safety. Our Employees are invited to read our Global Health and Safety Policy, which is included in the local Employee manual and posted on our intranet sites. THE ENVIRONMENT We are committed to complying with all applicable environmental legislation. Employees are encouraged to conserve resources and to reduce waste and toxic emissions by participating in recycling and energy conservation initiatives and by submitting innovative solutions to our clients as part of a sustainable development vision. Our Employees must also comply with any sustainable development policies put in place by the Corporation on a global as well as local basis. ,WSP BR PARSONS 23 COMPUTER, E-MAIL AND INTERNET POLICIES THE INTERNET: A VITAL COMMUNICATIONS TOOL The Internet is an important work tool for the Corporation and its Employees. We encourage Employees to use the Internet access provided to them to search for available information and to increase their knowledge and efficiency. Employees will find numerous learning and development opportunities on the Internet. When using this tool, individual Employees are responsible, from both a personal and professional standpoint, for protecting the Corporation's interests in accordance with this policy and the principles set forth in the Employee manual. PERSONAL USE OF INTERNET ACCESS PROVIDED BY THE CORPORATION Internet access is provided primarily for conducting business. Nevertheless, we encourage personal use of the Internet access it provides so that Employees can fulfill certain training and professional development needs. PROTECTION OF CORPORATION INFORMATION The Internet has no inherent security features designed to protect data integrity, ensure confidentiality or protect an organization's intellectual property and proprietary information. As such, the Internet presents risks for both the Corporation and its Employees. Consequently, Employees must make every effort to protect the Corporation's information against loss or unauthorized use, and they are required to report any breach of security rules that may occur. Data that is generated on a company device/network for the purpose of the business of the Corporation is the property of the Corporation. In addition to being responsible for safeguarding the Corporate information, Employees cannot share it outside of the Corporation. Furthermore, Employees should not put data in cloud storage, unless the service has been set up and provided through the IT department. Only the Communications department and designated representatives are authorized to state official positions on behalf of the Corporation. Any material received or downloaded from the Internet must be scanned with the latest version of Corporation approved anti-virus software before any programs are executed. All Corporation proprietary information must be encrypted to the extent possible. Any equipment connected to our internal telecommunications network must use an access service approved by the Corporation. If no approved access is available, approval must be obtained from the IT department. YOU SHOULD KNOW... Personal Internet use must be reasonable, i.e., it must not prevent an Employee from performing his/her duties in whole or in part, reduce productivity or effectiveness at work, or negatively impact the Corporation in any way. Employees should not use the corporate network for purposes such as soliciting and/or proselytizing for commercial ventures, religious or personal causes, or to aide or benefit outside organizations. The Internet access provided by the Corporation is a privilege, not a right. oW S P BRINCKERHOFF 24 IMPORTANT RESTRICTIONS Certain types of information and communications material available via the Internet must under no circumstances be created, used, accessed, downloaded, disseminated, printed or stored. Although this is not an exhaustive list, examples of prohibited material include obscene, pornographic, sexually explicit, racist, offensive, criminal, slanderous, discriminatory, rude, violent, harassing or hate messages. Violation of these restrictions could lead to disciplinary measures. The participation of Employees in blogs or other social media on behalf of the Corporation is authorized subject to communication guidelines established by the Corporation. The Corporation will neither defend nor indemnify any Employee who receives a demand letter or against whom legal proceedings are initiated for illegal, non -ethical, prohibited or irresponsible use of Internet access privileges, including contributing content to and participating in blogs and other social media. Employees should not connect personal devices that have not been explicitly approved by IT to the corporate network. Employees are not allowed to bypass or disable any security controls or tools that are implemented by the Corporation, use any other Employee's access to corporate resources, impersonate other individuals or perform any activities on the corporate network or a corporate -owned device that would reasonably be considered "hacking." ADDITIONAL INFORMATION Employees who seek clarification about the appropriate use of the Internet access provided by the Corporation should contact the local Human Resources department or the IT department where appropriate. The Corporation will advise Employees of any technological innovations that may require new interpretations of, or changes to, the existing policy. SOFTWARE Employees are prohibited from making copies of software purchased or owned by the Corporation and from using software for which the Corporation does not have the required license or has not paid the required license fee, in violation of copyright or trademark laws. The use of personal software for private purposes is only acceptable under certain conditions and upon approval by management. WHAT ABOUT PRIVACY? The Corporation reserves the right to block, track, monitor and disclose traffic flowing through the network for network management security purposes. Therefore, Employees should have no expectation of privacy in regard to their use of the Internet, including e-mail messages. Subject to applicable laws, regulations and procedures, suspected violations of the policy will be investigated. Vii• WS P BRINCKERHOFF 25 COMPUTER VIRUSES Employees are prohibited from installing on the Corporation's computer systems applications or utilities (including those downloaded from the Internet) that have not been expressly authorized by the Corporation. DOCUMENT RETENTION The space available for storage of the Corporation's hardcopy and electronic documents is both limited and expensive. In addition, pursuant to applicable legislation, a certain number of documents must be destroyed, erased, or made anonymous when no longer required because the purpose for which they were compiled or kept has been fulfilled. On the other hand, there are legal requirements that certain records be retained for specific periods of time. Whenever it becomes apparent that documents of any type will be required as evidence in connection with a lawsuit or government investigation, all such documents must be preserved, and ordinary disposal or alteration of documents pertaining to the subjects of the litigation or investigation should immediately be suspended. In case of doubt regarding whether documents should be preserved because they might relate to a lawsuit or investigation, the Employees in question should contact the Risk and Ethics Officer's local representative. There are also other laws and implementing regulations which could require that documents be retained and not destroyed. DECIDING WHETHER TO KEEP OR DESTROY A DOCUMENT? Employees who are unsure about the need to keep or destroy particular documents should consult their immediate supervisor to determine if the documents in question are still useful or if there is a legal obligation to retain them for a given period of time. In the latter case, the Risk and Ethics department may also be consulted. / MI W S p BRINCKERHOFF 26 REPORTING SUSPECTED NON-COMPLIANCE WITH THE CODE GENERAL POLICY Employees with information on potential non-compliant conduct of the Corporation or of any Employee under this Code or under any applicable legislation or implementing regulations must report the situation in accordance with the instructions provided below. Employees are required to come forward with any such information, without regard to the identity or position of the suspected offender. The Corporation will treat the information in a confidential manner and will seek to ensure that there is no retaliation against anyone for making a report in good faith. All Employees have a duty to report any known or suspected violation of the Code. ANONYMOUS REPORTING Cases involving questionable financial reporting, as well as known or suspected cases of fraud, dishonest activities or conflicts of interest, may be reported anonymously by phone or via the Internet. The information will be processed by an independent party (the Vice President of Internal Audit) who will be required to advise the chairman of the Audit Committee. This situation is covered by relevant internal procedures, including the whistleblowing service procedure, which is available on the Corporation's web and intranet sites. The reporting party need not identify him/herself and, as such, may remain anonymous. INVESTIGATION Employees are expected to cooperate fully with any investigation into reported violations. CONFIDENTIALITY To the extent that it is practical and appropriate under the circumstances to protect the privacy of the individuals involved, the identity of anyone reporting a suspected violation or participating in an investigation will remain confidential. PROTECTION AGAINST RETALIATION Any form of retaliation against someone who reports a violation of the Code, a law or regulation or who cooperates in the investigation of a reported violation, is itself a serious violation of the Code, even if it is subsequently determined that the report was unfounded (provided it was made in good faith). Acts or threats of retaliation must be reported immediately so appropriate disciplinary measures may be taken against those involved. . ♦ ♦ S P BRINCKERHOFF Estonia Yes 27 REPORTING VIOLATIONS TO THE CODE CONFIDENTIAL BUSINESS CONDUCT HOTLINE Please refer to the list below to find your local free phone number. CONFIDENTIAL E-MAIL wspexpolink.co.uk INTERNATIONAL FREEPHONE NUMBERS COUNTRY FREEPHONE ACTIVE FREEPHONE NUMBER Argentina Yes 0800 6662603 Australia Yes 1800 121 889 Austria Yes 0800 281700 Bahrain Yes 80004475 Bangladesh Yes Caller dials 157-0011 then will either get through to the operator or hear a recorded message which will prompt them to dial 8779167615 Belarus Yes 882000 730028 Belgium Yes 0800 71025 Brazil Yes 0800 891 8807 Bulgaria Canada Chile Yes 00800 110 44 74 Yes 1888 268 5816 Yes 123 002 004 12 China Netcom (North) Yes 10800 852 2112 China Telecom (South) Croatia Colombia Yes 10800 152 2112 Yes 0 800 222 845 Yes 01800-944 4796 Costa Rica Cuba Yes 08000440101 Caller dials 2935 then will either get through to the operator or hear a recorded message which will prompt them to dial 8779167615 Cyprus Yes 800 95207 Czech Republic Yes 800 142 428 Denmark Egypt Yes Yes 8088 4368 0800 000 00 23 800 00 44 265 go WS P BRINCKERHOFF 28 COUNTRY FREEPHONE ACTIVE FREEPHONE NUMBER Finland Yes 0800 116773 France Yes 0800 900240 Germany Yes 0800 182 3246 Greece Yes 00800 441 31422 Hawaii Yes 1866 293 2604 Hong Kong Yes 800 930770 Hungary Yes 06800 14863 Iceland Yes 800 82 79 India Yes 000 800 440 1286 Indonesia Yes 001 803 0441 1201 Ireland Yes 1800 567 014 Israel Yes 1809446487 Italy Yes 800 783776 Japan Yes 00531 78 0023 Kazakhstan Yes 88003333524 Kenya Yes 0800 723 132 Korea (South) Yes 00308 442 0074 Latvia Yes 8000 26 70 Lithuania Yes 8800 30 444 Luxembourg Yes 8002 4450 Malaysia Malta Mexico Netherlands Yes 1800 807055 Yes 800 62404 Yes 01800 123 0193 Yes 0800 022 9026 New Zealand Norway Oman Pakistan Paraguay Peru Yes 0800 443 816 Yes 800 14870 Yes 80077686 Yes 00800 900 44181 Yes 0098 004410168 Philippines Poland Portugal Puerto Rico Yes 080053611 Yes 1800 1442 0076 Yes 00800 441 2392 Yes 800 880 374 Yes 1866 2931804 Romania Russia Yes 08008 94440 Yes 810 800 2058 2044 f■ WS P BRINCKERHOFF 29 COUNTRY FREEPHONE ACTIVE FREEPHONE NUMBER Saudi Arabia Yes 800 844 0172 Serbia Yes 0800 190 603 Singapore Yes 800 4411 140 Slovakia Yes 0800 004461 Slovenia Yes 0800 80886 South Africa Yes 0800 990520 Spain Yes 900 944401 Sri Lanka Yes 011 244 5413 (dialling from Colombo omit 011) Sweden Yes 0200 285415 Switzerland Yes 0800 563823 Taiwan Yes 0080 10 44202 Thailand Yes 001 800 442 078 Trinidad and Tobago Yes 18002037122 Turkey Yes 00800 4463 2066 United Kingdom Yes 0800 374199 UAE (United Arab Emirates) Yes 8000 44 138 73 Uruguay Yes 00040190882 United States Yes 1877 533 5310 Venezuela Vietnam Yes 0800 100 3199 Yes 120 11527 *alternatively, use non -freephone number 844 581022 (Local rates apply — expenses associated with the use of this number are reimbursable) WHERE THERE IS NO FREEPHONE NUMBER, PLEASE COMMUNICATE IN THE FOLLOWING MANNER: Collect call/reverse charge number steps as follows: Caller dials their country operator; 4 Asks for an international collect call or reverse charge to 0044 1249 661 808; .3 Operator will dial the number and speak to an Expolink Operator, who will accept the call and charges, a Country operator connects caller to Expolink, leaves the call and then the call takes place as normal. BRINCKERHOFF US SUPPLEMENT TO THE CODE OF CONDUCT A-NWSP PARSONS BRINCKERHOFF TABLE OF CONTENTS US SUPPLEMENT TO THE CODE OF CONDUCT 1 INTRODUCTION 1 PROCUREMENT INTEGRITY 1 HIRING GOVERNMENT EMPLOYEES 2 TRUTH IN NEGOTIATIONS ACT 2 REPRESENTATIONS AND CERTIFICATIONS 2 RECORDS RETENTION 2 SOCIOECONOMIC PROGRAMS 2 EXPORTS 3 MANDATORY DISCLOSURE REQUIREMENTS 3 FALSE CLAIMS 3 ANTI -KICKBACKS 3 BOYCOTTS AND TRADE RESTRICTIONS 4 PREFERENCE LAW 4 SUBCONTRACT AND CONTRACT LABOR......,.._4 REQUESTS FOR EQUITABLE ADJUSTMENTS 5 POLITICAL CONTRIBUTIONS AND LOBBYING 5 EMPLOYMENT OF PERSONS WITH PRIOR VIOLATIONS 5 DRUGS, ALCOHOL AND OTHER PROHIBITED ITEMS 6 REPORTING VIOLATIONS, QUESTIONS AND OTHER CONCERNS6 ACCURATE TIME CHARGING 6 UNALLOWABLE COSTS 6 ORGANIZATIONAL CONFLICTS OF INTEREST 7 CONTRACT WAGE AND BENEFIT RATES 7 HUMAN TRAFFICKING - ZERO TOLERANCE POLICY 7 SANCTIONS........................................................................._8 TRAINING 8 UPDATES AND REVISIONS 8 ANNUAL CERTIFICATION8 .WSP PARSONS BRINCKERHOFF US SUPPLEMENT TO THE CODE OF CONDUCT MARCH 2015 INTRODUCTION This US Supplement ("Supplement") to the Code of Conduct of WSP Global Inc. and its subsidiaries (collectively, the "Corporation") provides guidance to all employees on the special requirements that apply when contracting with US federal, state and local governments. This includes US government - funded projects performed outside of the United States. From the proposal stage to contract award, formation and management through closeout, contracting with the government is a highly complex and heavily regulated process. Any employee who deals with proposing on and/or performing under contracts with governmental agencies or authorities (referred to as "government"), either in the role as a prime consultant or as a subconsultant, must understand and comply with these special requirements to the maximum extent applicable. Failure to do so may result in fines, penalties, and in the most egregious cases, debarment and suspension from doing business with the government. The information in this Supplement is meant to provide you with an overview of the special requirements; however, employees should also be familiar with the specific requirements applicable to the projects and contracts on which they are working. Any employee with questions about these requirements should contact the Risk & Ethics or Legal departments for interpretation and guidance. PROCUREMENT INTEGRITY The federal as well as state governments and municipalities prohibit a consultant from gaining an unfair competitive advantage by obtaining the bid or proposal information of a competitor before a contract is awarded by the government. Bid or proposal information includes a competitor's prices, rates, estimates, or technical data. Confidential information includes the government's technical or price evaluations, rankings, or competitive range determinations and any information marked as confidential, proprietary, or source selection material. These prohibitions apply whether or not the information is obtained inadvertently. Under no circumstance should such information be used in preparing a bid or proposal. The prohibition on receiving this information extends to materials received from any unauthorized source including government personnel, disgruntled employees, or consultants. j.WSP 1 BRINCKERs HOFF HIRING GOVERNMENT EMPLOYEES The US federal government and many state and local governments prohibit employees and representatives of competing consultants and government procurement officials from knowingly soliciting or discussing future employment or business opportunities, and also prohibit consultants from hiring or compensating former government officials who were implicated in a procurement involving the consultant for a certain period of time thereafter. Prior to engaging in preliminary discussions with a government employee relating to employment, the Human Resources, Risk & Ethics or Legal departments must be contacted for guidance. Failure to comply with these provisions could result in criminal and civil penalties for individuals as well as the organization. TRUTH IN NEGOTIATIONS ACT Federal and many state governments require consultants to submit cost or pricing data and certify that such data are current, accurate and complete on the date of final agreement on price, commonly referred to as the "handshake." Cost or pricing data consist of all facts that exist on the date of the agreement on the price of a contract or contract modification that a reasonably prudent buyer or seller would consider relevant or material to the pricing decisions, even if the data are not used in preparing the proposal. All employees must be aware of and comply with these requirements. Further guidance is available from the Risk & Ethics Officer or the Legal department. REPRESENTATIONS AND CERTIFICATIONS Providing inaccurate or misleading information to a client is illegal. A false report, certification or misrepresentation may result in disqualification, ineligibility, or suspension from procurement and/or debarment from future government contracting, as well as criminal charges. All reports, representations and certifications should be executed by the appropriate corporate representative who can attest to the factual nature of the representations and certifications being made after appropriate due diligence has been conducted by the Risk & Ethics team. RECORDS RETENTION In order to comply with statutory, contractual and regulatory obligations, the region must maintain record retention policies and procedures that specify the manner in which documents are created, maintained, retained, and destroyed. All employees must be familiar with and comply with their region's record retention and legal hold policy. SOCIOECONOMIC PROGRAMS The Corporation should seek to provide opportunities for Small Disadvantaged, HUB Zone, Women -Owned, Small, Veteran and Service - Disabled Veteran -Owned Small Businesses, as mandated by law and to the maximum extent practicable where such opportunities are consistent with efficient contract performance on all contracts. The US region is committed to $EWSP 2 PARSONS BRINCKERHOFF complying with the contractually agreed upon socioeconomic objectives of all clients. EXPORTS The federal government regulates and monitors the export and transfer of certain commercial goods, which includes defense -related goods, and technical data to non -US jurisdictions and, in the case of defense -related goods and data, to non -US persons, even if they are in the US. Controlled exports may include technical drawings, specifications, software (including commercial software) and other data and technologies. The Corporation is committed to complying with the laws and regulations governing these exports. Employees who deal with defense -related goods and technical data or goods that are intended to or may be exported should be familiar with and are expected to comply with the the Corporation's US Export Compliance Program. MANDATORY DISCLOSURE REQUIREMENTS In connection with government contracts covered by the Federal Acquisition Regulation (FAR), the federal government requires that its consultants maintain a compliance program designed to prevent and detect improper business conduct and violations of law. The Corporation's program, including its Code of Conduct and this Supplement, has been designed to comply with this requirement. Under FAR -required compliance programs, consultants must disclose violations of federal law involving fraud, conflicts of interest, bribery or gratuities to the Inspector General and the applicable contracting officer. These mandatory disclosure requirements apply to federal contracts valued at $5 million or more or with a term of 120 days or more. Any employee who has credible evidence of such a violation should immediately contact the region's Risk & Ethics or Legal departments. FALSE CLAIMS It is a violation of law to knowingly overcharge or submit a false claim to any public or private sector client. This includes not only the intentional submission of a false claim, but also claims that are submitted with deliberate ignorance or reckless disregard for the falsity of the claim. It is the Corporation's policy not to submit false claims to our clients. Failure to comply with this policy could result in criminal and civil penalties for employees, as well as the organization as a whole. ANTI -KICKBACKS It is illegal to solicit, accept or attempt to solicit or accept any kickbacks from subconsultants in connection with contracts with the government. Accordingly, no employee, representative or agent of the Corporation may accept, offer, make or solicit such a kickback. A kickback is defined as money, fee, commission, credit, gift, gratuity, thing of value or compensation of any kind which is provided, directly or indirectly, to any consultant, subconsultant, or employee of either, for the purpose of improperly obtaining or rewarding favorable treatment. A kickback may j.WSP 3 PARSONS BRINCKERHOFF appear as an outright payment, an offer to give building materials or supplies to a purchasing agent for his or her personal use, or discounts that may be offered for the purpose of getting favorable business considerations. Where a proposed arrangement with a subconsultant could be perceived as a kickback, employees must consult with their region's Risk & Ethics or Legal departments. BOYCOTTS AND TRADE RESTRICTIONS The US federal government restricts US companies from doing business in certain countries or with people designated on the "Denied Parties List" and other restricted lists. The Corporation's US region must comply with these restrictions. It is also a violation of US law to cooperate with foreign country boycotts that discriminate against US firms or citizens on the basis of race, color, religion, sex or national origin, or to comply with the request of a foreign client for conduct or information implementing the boycott of a nation friendly to the US. The Corporation's US region is required by US law to report all requests to cooperate with such boycotts or to provide information that would assist in implementing a boycott to the US Department of Commerce and to maintain, for six years, appropriate files on all transactions that relate to the boycott, even if the Corporation does not comply with the request for boycott or if the information requested appears to be harmless. Compliance with these laws requires particular diligence. Failure to report the receipt of such requests for boycott compliance or boycott information can result in substantial penalties and fines levied against the Corporation even if it refused to comply with the boycott. Employees who receive oral or written requests to cooperate with or provide information that would assist in implementing a boycott should immediately contact their Risk & Ethics or Legal departments. PREFERENCE LAW Products and services provided to federal agencies under government contracts are generally required by law to be either unmanufactured products mined or produced in the US or a product manufactured in the US or in another country with which the US has a reciprocal trade agreement. Violations of these laws can result in civil or criminal penalties, as well as the termination of government contracts. Where applicable, the regions will comply with these and other US laws stating a preference for domestic goods and services as required by its contracts. SUBCONTRACT AND CONTRACT LABOR The accurate charging of subcontract and labor and material costs is critical to maintaining the integrity of customer invoices and financial reporting. Subconsultants and contract laborers are responsible for accurately charging their time and expenses. Employees responsible for subconsultants and/or contract laborers shall promptly undertake reasonable steps to correct any suspected errors in charging by such persons, such as charges made to the wrong labor account or charging of direct costs to an overhead account. 4 PARSONS BRINCKERHOFF In awarding subcontracts and placing purchase orders for contract labor, employees shall ensure there exists no apparent or actual conflicts of interest. Public and private sector contracts typically require the consultant to include or "flow down" specified clauses to contracts with certain subconsultants or suppliers, such as subcontracts or purchase orders that exceed particular dollar thresholds. In awarding subcontracts and placing purchase orders with vendors, employees shall ascertain which clauses must be flowed down and undertake commercially reasonable efforts to ensure that such clauses are included in all covered subcontracts and purchase orders. REQUESTS FOR EQUITABLE ADJUSTMENTS All contract modifications or requests for equitable adjustment, as with any invoices and costs for which reimbursement is sought, arising under or relating to contracts with government clients must be accurate and submitted in good faith. Appropriate due diligence must be conducted before submitting a contract modification or request for equitable adjustment. Due diligence shall include review of the contract, related correspondence, and other relevant documents, as well as interviews with personnel reasonably likely to have knowledge of material facts regarding the basis for the contract modification or request for equitable adjustment. Prior to submission of any contract modification or request for equitable adjustment, employees shall undertake all reasonable steps to ensure that it is consistent with the terms of the contract and seek compensation for which the Corporation believes, in good faith, it is entitled. Each contract modification or request for equitable adjustment shall identify which provision(s) of the contract establishes entitlement to relief or why the Corporation is otherwise entitled to relief (e.g., breach of contract). POLITICAL CONTRIBUTIONS AND LOBBYING Applicable regulations prohibit the use of federal funds (other than profit) to influence or attempt to influence an officer or employee of any federal agency or a member of Congress or officer or employee of Congress in connection with the award of any federal contract or grant. For federally -funded contracts, consultants may be required to certify that they have not and will not make any prohibited payments for lobbying. In addition, there are state and local statutes that regulate political contributions and lobbying. For further guidance, please contact the Risk & Ethics or Legal departments. EMPLOYMENT OF PERSONS WITH PRIOR VIOLATIONS It is illegal to knowingly employ in a management or supervisory capacity, elect or appoint to a board of directors, employ as an agent, representative or consultant, a person convicted within the last 5 years of fraud or any other felony arising from the performance of a Department of Defense contract. Prior to hiring employees or engaging consultants or agents, criminal background checks must be performed to verify compliance with these requirements. Please contact your Human Resources department for assistance and guidance in connection with performing criminal background checks. j.WSP 5 PARSONS BRINCKERHOFF DRUGS, ALCOHOL AND OTHER PROHIBITED ITEMS Employees have the right to work in an alcohol, drug and weapon -free environment and to work with persons free from the effects of alcohol and drugs. Employees who abuse alcohol or drugs are a danger to themselves, to other employees and to the productive work environment. Therefore, it is the Corporation's policy that the region maintain their facilities and provide a working environment that is safe for its employees and others working or visiting there, and conducive to efficient and productive work standards. The region is committed to complying with the requirements of the Drug -Free Workplace Act of 1988, as well as the special Drug -Free Work Force rules promulgated by the appropriate governmental authorities. REPORTING VIOLATIONS, QUESTIONS AND OTHER CONCERNS Employees who have questions or concerns relating to the matters covered in this Supplement or who suspect violations have occurred should first seek guidance from their immediate supervisor. However, if it is uncomfortable or inappropriate to speak to a supervisor, or the question or concern is not fully addressed after speaking with a supervisor, employees may contact their Risk & Ethics Officer, Human Resources manager, Legal department or the Corporation's Ethics Helpline by telephone (toll-free) at 1 877 533 5310 or via the internet at wsp@expolink.co.uk. Reports to the ethics helpline may be made anonymously. The Corporation is committed to ethical business conduct and will protect from retaliation any employee who reports in good faith suspected illegal or unethical conduct. ACCURATE TIME CHARGING While different contracts may prescribe special time charging procedures, it is not permissible to charge a client for time not actually worked or to charge time to a contract when the time was spent on a different contract. These rules apply whether the contract is cost reimbursable or lump sum or is in an overrun position. Employees are also prohibited from charging direct contract costs to overhead accounts. Employees who violate these procedures will be subject to disciplinary action, up to and including termination of employment. UNALLOWABLE COSTS Generally, allowable and reasonable costs as defined under FAR Part 31 that are incurred in connection with government contracts can be charged to public sector clients. However, certain costs on government contracts are "unallowable" and cannot be charged, such as alcohol, political contributions and first-class travel costs (in most circumstances). In addition, certain overhead costs may be allowable and allocated to government contracts while other overhead costs, such as merger and acquisition activities and costs associated with claims against the government, are not allowable and cannot be allocated to the government. Employees are responsible for knowing what costs are allowable and unallowable and are required to allocate their time and charge expenses to the proper cost category. $-NWSP 6 PARSONS BRINCKERHOFF ORGANIZATIONAL CONFLICTS OF INTEREST As the region performs work for federal and state governments, we may become subject to rules related to organizational conflicts of interest (OCI). An organizational conflict of interest occurs when, due to a pre-existing business relationship or project, a region has a potential unfair competitive advantage or could be seen as not being impartial in obtaining or performing government work. More specifically, an organizational conflict of interest means that due to other pre-existing activities or relationships, the region is unable or potentially unable to render impartial assistance or advice to the government, or the region's objectivity in performing the contract work is or might be otherwise impaired, or the Corporation has an unfair competitive advantage. It is important to note that an OCI occurs even when there is only the potential for one of the elements to occur. The rules on OCI cover the Corporation as a whole and are not alleviated by work performed by or bid on by different regions. Examples of circumstances where caution should be exercised include: 4 A region performing design work and it or another region then bidding on the follow up construction; 4 A region developing a scope of work and another region then seeking to bid on the work; 4 A region performing construction work and another region then seeking to perform inspections on the same project. All OCIs or potential OCIs must be disclosed to the government client. Often, safeguards can be put in place to mitigate potential OCI issues and allow the Corporation to perform such work. Any questions or issues should be directed to your Risk & Ethics or Legal departments. CONTRACT WAGE AND BENEFIT RATES Consultants are required to pay prevailing labor or service wage rates and/or benefits and to maintain specified safety and health standards when performing certain types of construction and service contracts with the federal government and the District of Columbia. Information, policies and procedures on compliance with these requirements are available from your Risk & Ethics or Legal departments. HUMAN TRAFFICKING - ZERO TOLERANCE POLICY The US federal government has a "zero tolerance policy" prohibiting human trafficking (which includes forced labor and the procurement of commercial sex acts) which applies to consultants, subconsultants and their employees who perform work for the government at all times during the term of the contract. This includes any such actions taken by an employee outside of work hours and on the employee's own time. In November 2014, the US federal government published significant changes to this regulation placing broader compliance responsibilities on federal consultants/contractors. Sanctions for violation of this regulatory requirement are severe. All employees performing work under contracts with the US federal government are subject to, and required to comply with this zero tolerance policy. $•WSP 7 PARSONS BRINCKERHOFF SANCTIONS Violations of the Code of Conduct, this Supplement, and the region's policies, procedures and internal control systems are taken seriously. If a violation is discovered, appropriate corrective action will be taken immediately, including disciplinary action, up to and including termination. TRAINING All employees assigned to take training on the Code of Conduct, this Supplement or any of the areas covered therein must complete the training when assigned within the prescribed time. Employees will be evaluated annually on their compliance with the aforementioned requirements. UPDATES AND REVISIONS The Code of Conduct and this Supplement may be updated from time to time to reflect changes in law, policy and practice. This Supplement should be read in conjunction with the Corporation's Code of Conduct and the region's policies and procedures. ANNUAL CERTIFICATION I hereby certify that I have received and read the US Supplement and I understand its contents. I agree to comply with the standards, policies and procedures contained in the US Supplement. I further certify that except as noted below, I am otherwise in full compliance with the US. Supplement. Printed Name : Signature : Date : illett, P.E. _March 31, 2017 1,WSP 8 PARSONS BR/NCKERHOFF Minimum Qualification Requirements JIIWSP PARSONS BRIM KERHOFF TAB 1 COVER LETTER AND MINI REQUIREVENTS 1.3 Minimum Qualifications Requirements To verify compliance with the Minimum Requirements and Specifications presented in Appendix C, we provide the following project descriptions and references of construction engineering and inspection (CEI) services serving South Florida public entities during the last 10 years as the prime consultant. A summary of these projects are: • FDOT D6 P3 Port of Miami Tunnel • FDOT D6 D -B Jewfish Creek Bridge/US 1 Reconstruction • FDOT D6 Long Key Bridge and Monroe County Bridge Rehabilitation P3 Port of Miami Tunnel (PONT) FDOT DISTRICT 6 I MIAMI, FL AIUUI QUALIFICATION • FDOT D6 016 Key Bridges: repair and rehabilitation of several bridge structures in the Florida Keys • Miami -Dade Expressway Authority (MDX) D -B Central Boulevard Widening and Realignment • MDX D -B SR 874 Ramp Connector to SW 128th Street • MDX SR 874 Northbound On Ramp from Kendall Drive • Miami -Dade County Public Schools Program Management Support Services • City of Marathon D -B 117th Street Bridge Replacement References of projects with similar scope are presented in Tab 2, section 2.1 Qualifications of Proposing Firm. This $L3 -billion mega -project involved boring twin 3/4 -mile road tunnels beneath Biscayne Bay and constructing associated improvements and facilities on Watson and Dodge Islands. The primary objective was to connect the Port of Miami directly with the interstate highway system to improve port operations and alleviate severe traffic congestion on downtown Miami streets. Specialized construction included earth pressure balance tunneling and ground improvement treatments by grouting and freezing. This project received numerous awards including ENR's 2014 Best Project Award - SE Region and 2014 Sector Innovation Award in Construction. ,,rWSP BARSONSINCKERNOFF City of Miami Beach I v 3 PROJECT RELEVANCE New roadway Firm/Responsibility: Prime Total Fees: $20.5M Duration: 12/1999 - 8/2014 Client/Owner: FDOT District 6 Contact Details: Jackie Sequeria, PE Project Manager 305-640-7433 Jacqueline.Sequeira@dot. state.fl.us Key Staff/ Roles: Steve Dusseault, PE - Project Manager Pablo Vasquez - Project Administrator ,_� 3asi 1 =317 -028 -KB mum QuaRFicaticn Requirements 1 TAB 1 D -B Jewfish Creek Bridge/U.S. 1 Reconstruction FDOT DISTRICT 6 1 FL CEI services for the reconstruction of 20 miles of SR 5/U.S. 1, the two-lane highway that connects the Florida Keys to the mainland. This $330 -million environmentally sensitive project, consisted of two D -B contracts and four D -B -B contracts. Construction on the first D -B contract began 1/2005 and replaced the bascule bridge over the ICWW with a high-level fixed bridge, replaced the Lake Surprise Causeway with a low-level bridge and reconstructed and widened the two-lane roadway from Key Largo to Miami -Dade County line. The second D -B contract began in 9/2006 and included roadway reconstruction/widening of seven box culverts for wildlife crossings. A P3 third contract began early 2008 and replaced an existing C-111 bridge and reconstructed and widened the remaining 11 miles of U.S. 1 north to the mainland. A D -B -B contract that began in 9/2009 encompassed the construction of 40 -foot span wildlife crossing, box culverts, 24 -inch cross drain equalizer pipes to restore water flow to the natural wetland areas and roadway reconstruction. Long Key and Monroe County Bridge Rehabilitation FDOT DISTRICT 6 FL WSP 1 Parsons Brinckerhoff is providing CEI services for the $21.5 -million repair and rehabilitation to Long Key Bridge and substructure repairs for three other bridges on U.S. 1 in the Florida Keys. The Long Key Bridge will require the jacking of segmental units to remove and replace the existing V -piers at 12 locations. This will require temporary bridge support and jacking gantries. The other bridge repair and rehabilitation projects at Ohio -Missouri, Bahia Honda and Little Duck Key involve cathodic protection installation utilizing impressed current, arc sprayed zinc (metalizing) and concrete spall repairs including pile jackets with differing contractors. PARSONShowsp CityCity of Miami Beach I `;'3 :.: .MMTIMIMIrer Bridge widening Firm/Responsibility: Prime Total Fees: $13.9M Duration: 11/2004 -10/2011 Client/Owner: FDOT District 6 Contact Details: Jackie Sequeria, PE Project Manager 305-640-7433 Jacqueline.Sequeira®dot. state.fl.us Key Staff/Roles: Pom Chakkaphak, PE - Project Manager PROJECT RELEVANCE Bridge repair Firm/Responsibility: Prime Total Fees: $5M Duration: 11/2012 -11/2017 Client/Owner: FDOT District 6 Contact Details: Mario Cabrera, PE Project Manager 305-640-7400 mario.cabrera@dot.state.fl.us Key Staff/Roles: Porn Chakkaphak, PE - Project Manager `Deeded" Basis 1 2017 -028 -KB EMI 016 Key Bridges FDOT DISTRICT 6 1 FL d M.nim,,m Qualifica: on Reckiireme.---.3 I TAB 1 WSP I Parsons Brinckerhoff was selected to perform CEI services for the planned repair and rehabilitation of several bridge structures in the Florida Keys, including Old 7 Mile Bridge from Knights Key to Pigeon Key, Overseas Highway over Tea Table Channel Canal, Overseas Highway over Channel 2, Niles Channel Bridge, and Seven Mile Bridge over Moser Channel. Work on the bridges began mid -2016 and continues through 2021. These structures are all on the U.S. 1/State Road 5 alignment, which is of strategic importance for the tourism industry and serves as a primary evacuation route when hurricanes threaten the Florida Keys. Central Boulevard Widening and Realignment MIAMI-DADE EXPRESSWAY (MDX) I FL The $48 -million Central Boulevard widening, realignment and service loop project provides improvements to inbound and outbound traffic using Miami International Airport (MIA). Major work components included six new bridges and two bridge widenings; MSE walls; roadway reconstruction, including reconstruction of Perimeter Road; construction of a north and south service road; and reconfiguration of existing Central Boulevard to go over Perimeter Road. Additionally, improvements were made to drainage, signing and pavement markings, lighting, signalization, utilities and landscaping. Project also incorporates an MDX intelligent transportation system (ITS) fiber -backbone connection to SR 836 and SR 112. The project was funded jointly by FDOT and MDX. Also, a JPA was established between MIA and MDX. ',WS PI PARSONS BRINCKERHOFF City of Miami Beach 1 IRMMIIRIFF.EVANCE Bridge repair Firm/Responsibility: Prime Total Fees: $5.6M Duration: 5/2016-12/2021 Client/Owner: FDOT District 6 Contact Details: Mario Cabrera, PE Project Manager 305-640-7400 mario.cabrera@dot.state.fl.us Key Staff/ Roles: Porn Chakkaphak, PE - Project Manager PROJECT RELEVANCE Roadway improvements Drainage Firm/ Responsibility: Prime Total Fees to Date: $6.12M Duration: 6/2010-9/2014 Client/Owner: MDX Contact Details: Sergio Besu, PE Project Manager 305-265-5411 sbesu@eacconsult.com Key Staff/ Roles: Eduardo Rodriguez, PE - Project Manager 'As -Needed" Basis 12017 -028 -KB Cover Letter and Minimum Qualification Requirements 1 TAB 1 SR 874 Ramp Connector to SW 128th Street MIAMI-DADE EXPRESSWAY (MDX) 1 FL WSP 1 Parsons Brinckerhoff was retained to provide CEI services for MDX ramp bridge connectors from SR 874 (Don Shula Expressway) to SW 128th Street and the reconstruction of SW 128th Street from west of Florida's Turnpike Enterprise (FTE) to west of SR 825/SW 137th Avenue. The objectives of the project are to improve east -west and north -south mobility from the southwestern suburbs to the urban employment centers in Miami -Dade County and improve access to the existing expressway system from southwest Miami -Dade County, a densely populated and rapidly growing area. SR 874 Northbound On Ramp from Kendall Drive MIAMI-DADE EXPRESSWAY (MDX) 1 FL WSP 1 Parsons Brinckerhoffwas retained to perform CEI services on this $33 -million bridge construction project. A new northbound on ramp was constructed to SR 874 from Kendall Drive and the existing eastbound on ramp to SR 878 was realigned. The new SR 874 on-ramp consisted of a twin steel box girder bridge supported by concrete inverted tee caps bearing on columns and concrete pile caps, sitting on 36 -inch diameter drilled shaft. The bridge consisted of 10 concrete piers and two end bents with 11 spans including the last span over eastbound SR 878. The project also involved the construction of concrete barrier walls, MSE walls, retaining walls, two sound walls, embankment, asphalt pavement, drainage, overhead sign structures, signing, pavement marking, landscaping and lighting. The length of roadway is 1.45 miles with the construction limits from Kendall Drive to just south of Sunset Drive on SR 874. This section involved widening, milling and resurfacing and signalization of the north side of Kendall Drive (SR 94). `rWSP PROJECT RELEVANCE Roadway improvements Firm/Responsibility: Prime Total Fees: $5.479M Duration: 5/2015 - 4/2018 Client/Owner: MDX Contact Details: Sergio Besu, PE Project Manager 305-265-5411 sbesu@eacconsult.com Key Staff/ Roles: Eduardo Rodriguez, PE - Project Manager PROJECT RELEVANCE E Roadway improvements E Drainage Firm/ Responsibility: Prime Total Fees: $3.6M Duration: 3/2007 - 7/2009 Client/Owner: MDX Contact Details: Sergio Besu, PE Project Manager 305-265-5411 sbesu@eacconsult.com Key Staff/Roles: Eduardo Rodriguez, PE - Project Manager PARSONS SIMMER/10PP City of Miami Beach 1 Various CEI Services on an 'As -Needed" Basis 1 2017 -028 -KB DIP Cover Letter and Program IVanagement Support Services MIAMI-DADE COUNTY PUBLIC SCHOOLS (MDCPS) I FL WSP 1 Parsons Brinckerhoff was awarded the second cycle of this contract, originally won in 2005. The firm is responsible for ensuring that bond -funded construction projects come in on time and on budget. Voters approved the taxpayer -backed projects in November 2012 as a means to renovate aging school buildings and upgrade classroom technology. Program management assignments on this task -work order contract involve all program management activities through planning, design, bid and construction of the $1.2 -billion General Obligation Bond program. This contract includes site acquisition; facility and educational programs; design and construction management; safety, financial and environmental dealings; value engineering; schedule and cost management; procurement packages and commissioning facilities. 117th Street Bridge Replacement CITY OF MARATHON 1 FL WSP 1 Parsons Brinckerhff was retained to provide CEI services for this D -B project. Main items of work included replacing the bridge deck and railing, repairing the existing abutments, upgrading the guardrails, milling down the asphalt on the bridge and approach slabs, resurfacing the approach slabs and tying back into the existing roadway. brWSP PARSONS BRRIWEiHOFF City of Miami Beach 1 V3rious CEI Services on an "As -Needed" Bas 3:��?. ��_ , _, 1 TAB1 kt5P0-JEtTPTisvANtE Task order contract Firm/ Responsibility: Prime Total Fees: $9.8M Duration: 5/2013 - 5/2020 Client/Owner: MDCPS Contact Details: Raul Perez, Assistant Superintendent, Construction Management 305-995-2319 Rperez6@dadeschools.net Key Staff/Roles: Glen White - Project Manager PROJECT RELEVANCE Bridge Repair Firm/ Responsibility: Prime Total Fees to Date: $710k Duration: 4/2014-9/2014 Client/Owner: City of Marathon Contact Details: Carlos Solis, PE Public Works Manager 305-289-5008 Solisc@ci.marathon.fl.us Key Staff/Roles: Porn Chakkaphak, PE - Project Manager s 1 2017-028-K3 IMP Experience and Qualifications JpWSP PARSONS BRINCKERHOFF Qualifications of Proposing Firm bWSP PARSONS NCKERHOFF TAB 2 EXPERIENCE & QUALI FICATIOI\ 2.1 Qualifications of Proposing Firm Background WSP and Parsons Brinckerhoff have combined and are now one of the world's leading engineering professional services consulting firms. We bring together our 34,000 staff, based in more than 500 offices, across 39 countries to provide engineering and multidisciplinary services in a vast array of industry sectors, with a focus on technical excellence and client service. The firm has a 132 -year history, with roots in companies founded in the United States, the United Kingdom and Canada. The firm is committed to performing our services in a socially, ethically and environmentally responsible manner. In the United States, the firm's roots date back to 1885. Throughout Florida, the firm services a diverse range of transportation projects, administering our infrastructure and construction expertise. WSP Parsons Brinckerhoff's construction experience comprises construction management, program management and CEI on traditional and alternative delivery approaches with public -sector clients such as FDOT, counties, municipalities, expressway authorities, aviation departments and school boards. Through our statewide experience, WSP Parsons Brinckerhoff has developed an in-depth knowledge of FDOT and expressway authorities' policies and procedures and Florida contractor construction methodologies and site conditions, enabling the firm to consistently deliver projects that are on schedule, within budget and designed and built in conformance with contract plans and specifications. Florida CEI Having operated in Florida since 1973, our 400 employees located throughout Florida from major offices in Miami, Tampa, Orlando and several field offices supporting projects under construction. This staff of approximately 130 CEI individuals buWSP S ti•WSP PARSONS BRINCKERHOFF 2016 RANKING$ WSP 1 Parsons Brinckerhoff is widely recognized as one of the premier leaders in the transportation consulting industry with top industry rankings including but not limited to: ENR Eng necring News -Record • 7th - Top 50 for Transportation • lith - Top 100 Largest provider of CM -for -fee Services in the U.S. • 18th - Top 50 Largest Program Management -for -fee Services in the U.S. includes construction managers, contract support specialist, project engineers/administrators, inspectors, schedulers, project control specialists and support personnel, making us one of largest CEI/ construction management (CM) firms in Florida. The firm opened our Miami office in 1978. We have provided nearly 40 years of continuous local service delivery to the Miami -Dade area. We are grateful to the City of Miami Beach for selecting us in 2012 on a similar as -needed CEI contract. Tasks have included drainage, roadway, utility, bridge and lighting improvements. Page 7 expands on these city projects. Relevant Project Experience The projects that follow are similar in scope to the city's task -order contract. We can confidently ensure the city that we have the depth of resources and experience to properly meet your needs. PARSONS 6EINCKERiIOFF City of Miami Beach 1 Various CEI Services on an `As -Needed" Basis 12017 -028 -KB Various "As -Needed" CEI Services CITY OF MIAMI BEACH { CONTRACT: 52-11/12 Indian Creek Drive Flood Mitigation Project - $25 -million D -B roadway reconstruction and drainage improvement project along SR A1A, Indian Creek Drive from 4lth Street to south of 26th Street. The scope includes the installation of a 72 -inch drainage trunk line, lining all side street existing storm drainage pipes, construction of a pump station at 32nd Street, installing a new roadway lighting system as per the latest FDOT standards, and replacing traffic signals at 26th Street and 29th Street. Reference: Giancarlo Pena, Project Manager, 305-673-7073 , 1/2017 -ongoing Experience & Qualifications 1 TAB 2 IMACT RELEVANCE client: City of Miami Beach 2 task -order contract Firm/ Responsibility: Prime Total Fees: $2.6M Duration: 12/2013 -Ongoing Client/Owner: City of Miami Beach Contact Details: varies, see writeup Key Staff/Roles: Eduardo Rodriguez, PE - Project Manager Lower North Bay Road Neighborhood Improvements - $13 -million D -B roadway reconstruction project that included installation of a new storm drainage system and a pump station, seawall construction along the Bay, a new 12 -inch water main and a lining installation of the existing sanitary sewer. Reference: Carla Dixon, Capital Projects Coordinator, 305-673-7073, 1/2015-12/2016 Central Bayshore South - $18 -million D -B roadway reconstruction and streetscape improvements project. The project consists of the removal of encroachments — complete reconstruction of the roadway cross sections including a design profile and cross slope raising the roadbed and minimum road crown elevations to 3.7 feet. Drainage system improvements consist of a new interconnected stormwater system that includes a new pump station east of existing PS1 at 28th Street and Prairie Avenue. Existing pump stations will be interconnected and retrofitted, including the construction of additional gravity drainage systems, force mains and tidal outfalls. Construction includes 16 -inch and 8 -inch water mains along Prairie Avenue from Dade Boulevard to 34th Street and water transmission relocations. Reference: Eric Arencibia, Project Manager, 305-673-7073, 2/2017 -ongoing West Avenue Bridge - $10 -million D -B project that includes bridge design and construction over the Collins Canal and the Lincoln Court Pedestrian Bridge. Other elements include roadway reconstruction on Dade Boulevard and streetscape improvements consisting of drainage with new inlets and manholes connected to an existing system, new sidewalk, and installation of a new lighting system. Reference: Luis Soto, Project Manager, 305-673-7073, 8/2016 -ongoing bWSP PARSONS ARIIIIICKERKOFF City of Miami Beach 1 Various CEi Services on an "As -Needed" Basis 1 2017 -028 -KB Various CEI Services MONROE COUNTY l FL WSP Parsons Brinckerhoff has been retained for various county CEI contracts. Four are briefly detailed below. Old SR 940 Leg A (Watson Boulevard) Bridge Repair CEI - This bridge is the sole roadway access to all properties and services north of this bridge and to No Name Key. Right of way (ROW) for construction and maintenance of traffic (MOT) is very limited. The main items of work included: eplacing bridge deck and railing, repairing the existing abutments, upgrading the guardrail, milling down the asphalt on the bridge and approach slabs, resurfacing the approach slabs and tying back into the existing roadway. 7/2013-1/2014, fee $94k Pedestrian Bridge over Marvin Adams CEI - This project consisted of installation of prestressed concrete beams, cast -in-place (CIP) approach slabs, deck and end bents, temporary sheet pile, embankment, retaining walls, riprap, gravity wall, pedestrian bicycle railing, guardrail, sidewalk ramps, detectable warnings, completion of a connection to a 10 -foot -wide asphalt path, landscaping and performance turf. Work included maintaining environmental controls, MOT, and all work shown and listed in the drawings and project manual. 12/2015- 9/2016, fee $128k No Name Key Bridge Repair CEI - This $2.9 -million bridge repair/rehabilitation contract included removing unsound concrete and repairing spalls, delaminations and cracks, as well as cleaning and replacing all bridge expansions. Structural and non-structural pile jackets were installed including cathodic protection and metallization on selected bridge structural elements. 9/2014-10/2016, fee $363k Card Sound Road Bridge Repair CEI - This project includes repairing concrete spalling, cracking and delaminating on the bridge deck, railings, columns and bents, installing pile jackets and cathodic protection, painting structural steel, repairing expansion joints, repairing the fender system and other related construction as shown on the drawings and included in the Technical Specifications. 1/2016 -ongoing, fee $336k bWSP PARSONS BRINCKERNOFF City of Miami Beach 1 TAB2 PROJECT RELEVANCE South Florida Firm/Responsibility: Prime Total Fees: varies - see writeup Duration: varies - see writeup Client/Owner: Monroe County Contact Details: Judith Clarke, PE Director 305-295-4329 clarke-judith®monroecounty- fl.gov Key Staff/Roles: Porn Chakkaphak, PE - Project Manager a ous CE Services on an "As -Needed" Basis 1 2017 -028 -KB CN' Services for D -B Utility Relocations MIAMI-DADE WATER AND SEWER DEPARTMENT (MDWASD) 1 FL Task 1: Government Cut Utility Relocation Projects: The shipping channels of Government Cut and Fisherman's Channel needed to be dredged deeper to accommodate larger ships and increased traffic with the expanded Panama Canal. Construction emphasized microtunneling - installing a 72 -inch casing for the new sewer force main to replace a 54 -inch force main and a 60 -inch casing for the new water main to replace a 20 -inch water main to a deeper elevation. Task 2: Norris Cut Utility: The firm was retained to provide contract administration and CM to manage the design, permitting and construction of the relocation of a 54 -inch sanitary sewage force main pipeline with a 60 -inch sanitary sewage force main from Fisher Island under the Norris Cut using horizontal directional drilling. Experience & Qualifications 1 TAB 2 Miscellaneous Horizontal CEI Services CITY OF MIAMI 1 FL WSP Parsons Brinckerhoff was retained to provide miscellaneous CEI services, such as sampling, inspections, testing, stored material/equipment review, project photo and video documentation, Record Drawing review, maintenance of progressive list of items requiring correction, notification of accident, damage, or injury, review and response to resident complaints, coordination, review and response to RFIs, field directives and change response requests, change order maintenance, pay application review, substantial and final completion and inspection and project close-out services. I.WSP PROJECT RELEVANCE Utility relocations Firm/Responsibility: Prime Total Fees: Task 1: $4.9M Task 2: $3.2M Duration: Task 1: 7/2010-7/2015 Task 2: 12/2013-4/2016 Client/Owner: MDWASD Contact Details: Gary Clarke Project Manager 786-552-4418 gary.clarke@miamidade.gov Key Staff/Roles: Ron Fields, PE - Project Manager PROJECT RELEVANCE o Task -order contract G South Florida work Firm/ Responsibility: Prime Total Fees: $500k Duration: 5/2015-5/2017 Client/Owner: City of Miami Contact Details: Jeovanny Rodriguez, PE Project Manager 305-375-2030 Jeovannyrodriguez@ miamigov.com Key Staff/ Roles: Eduardo Rodriguez, PE - Project Manager PARSONS BRINCIERHOFF City of Miami Beach 1 Various CEI Services on an "As -Needed" Basis 1 2017 -028 -KB Board of County Commissioners CEI Services NASSAU COUNTY 1 FL Experience & Qualifications 1 TAB 2 Retained on two separate contracts. Services below are from current contract. 14th Street at Sadler Road Signalization Upgrade - CEI for corridor improvements (sidewalk and ADA curb ramps, drilled shafts, signalization, pavement markings). Resolved utility conflicts, field adjustments and coordination pedestrian access during construction. Coordination involved proximity to beach and schools. 3/2014-11/2014, fee: $378,155 CR 121 Resurfacing (Andrews Road to Kurry Lane) - CEI for an 8.3 -mile two-lane rural road resurfacing project on CR 121. Work included embankment work on shoulders to match profile, construction of asphalt base, and milling of pavement in specific rutted and distressed areas. 12/2014-7/2015, fee: $1.65M Lift Station No. 1 and Lift Station No. 3 Replacement - CEI for lift station replacements along Amelia Island Parkway. Included site civil work and restoration, significant utility avoidance and protection measures while working within limited ROW and an environmentally sensitive area. 3/2016 -ongoing Continuous CEI Services for Projects Less than $2M SEMINOLE COUNTY 1 FL WSP Parsons Brinckerhoff was awarded this task -order contract to monitor contractors' operations to verify compliance with plans, specifications and permits, along with direct communication with the county on all major situations. These minor roadway construction projects had costs less than $2 million and include: • Rinehart Road Trail project (LAP Project); • Lake Sylvan Outfall, Sandlake/Hunt Club resurfacing; • Eastbrook/Wrenwood; • CR 419; • and Cameron Avenue. i.WSP Task -order contract Firm/Responsibility: Prime Total Fees: varies: see writeup Duration: Contract 1: 5/2010-5/2013 Contract 2: 11/2013-11/2016 Client/Owner: Nassau County Contact Details: Scott Herring, PE Public Works Director 904-491-7330 sherring@nassaucountyfl.com Key Staff/ Roles: Patrick Stanford, PE - Project Manager PROJECT RELEVANCE Task -order contract Firm/Responsibility: Prime Total Fees: $446k Duration: 9/2013 -Ongoing Client/Owner: Seminole County Contact Details: Calvin Landers, PE Assistant County Engineer 407-665-2332 clanders®seminolecountyfl. gov Key Staff/Roles: Steve Wigle, PE - Project Manager PARSONS BRINCKERHOFF City of Miami Beach 1 Various CEI Services on an "As -Needed" Basis 1 2017 -028 -KB 10 CEI for County's Capital Improvement Program PINELLAS COUNTY 1 FL Americans with Disabilities Act (ADA) Sidewalk, Drainage and Roadway Improvements: WSP Parsons Brinckerhoff is performing CEI services on this countywide assignment. Project elements include removing and replacing sidewalk to comply with the ADA requirements, also to replace curb and drainage structures to improve drainage along roadways . We have been involved on more than 50 updates, each project averaging two months to complete. Representative project locations are: • Highland Avenue and Jeffords Street, Clearwater (photo above) • Hercules Avenue and Virginia Street, Dunedin • Westchester Boulevard, North St. Petersburg • 142nd Avenue and 71" Avenue, Largo In addition, we peformed CEI services for the William E. Dunn Water Reclamation Facility's new lighting system in Tarpon Springs. Various CEI Services BLUEPRINT2000 1 TALLAHASSEE, FL WSP Parsons Brinckerhoff's first contract as a prime with Blueprint 2000 was a $17.8 -million D -B roadway improvement project. This 2.3 -mile widening of two to six lanes on Capital Circle Southeast D2 also included a new stormwater system; work on the potable water, sanitary sewer and reclaimed water systems; extensive landscaping and electrical and signal installation. Capital Cascades is Tallahassee's signature project that transforms downtown into a modern multi -use corridor and facility. The firm played an important role on many improvements including placement of over 2,000 feet of concrete box culvert, utility relocations and improvements, landscaping, irrigation, fountains and decorative walls. In addition, a four -lane boulevard was converted into a two- lane road with turn lanes with the addition of signalized intersections. The owner, Blueprint 2000, is an inter -governmental agency formed by the City of Tallahassee and Leon County. bWSP1 PARSONS BRINpCERHOFF City of Miami Beach 1 Various CEI Services on an -A—Needed' Basi 1 TAB2 PROJECT RELEVANCE Task -order contract Firm/Responsibility: Prime Total Fees to Date: $734k Duration: 10/2012-6/2017 Client/Owner: Pinellas County Contact Details: Kerry Doty Supervisor, Public Works 727-755-8013 kdoty@co.pinellas.fl.us Key Staff/Roles: Ken Spillett PE - Project Manager PROJECT RELEVANCE Roadway widening Utility relocations Firm/Responsibility: Prime Total Fees: Contract 1: $1.6M Contract 2: $1.3M Duration: Contract 1: 1/2007-7/2009 Contract 2: 1/2012-9/2013 Client/Owner: Blueprint 2000 Contact Details: Gary Phillips former Project Manager, now at Michael Baker International 850-205-0460 gmphillips@mbakerintl.com 017 -028 -KB Construction and N aterials Engineering and Management Consultant (CMEN/C) FLORIDA'S TURNPIKE ENTERPRISE (FTE) 1 FL FDOT retained WSP 1 Parsons Brinckerhoff to provide statewide CMEMC services. Turnpike facilities include 700 bridges, vehicle and equipment maintenance facilities and 184 buildings toll plaza buildings. The project is one of the largest consultant - administered highway CM programs involving numerous construction, CEI and materials inspection and testing contracts per year. Program components include an average of approximately $200 million per year in new and rehabilitation work in place to the Turnpike's 460 -mile toll road system. We are currently on the fifth contract, having serviced FTE in this role since 1992. in the nation; Expenence & Q,,a! ications I TAB 2 As an extension of FDOT staff, WSP 'Parsons Brinckerhoff manages all Turnpike construction projects on a task order basis. The program includes new construction and rehabilitation work on roadways, toll facilities, bridges, interchanges, median barriers and drainage structures, and environmental protection measures, as well as signage and roadway lighting. The program also involves CM of independent Turnpike expansion projects in West, Central and South Florida. /,WSP MASONS BRIMICKERHOFF City of Miami Beach PROJECT RELEVANCE Task -order contract South Florida Firm/Responsibility: Prime Total Fees to Date on current contract: $9.8M Duration: 6/2015 -Ongoing Client/Owner: Florida's Turnpike Enterprise Contact Details: Paul Wai, PE Director of Transportation Operations 954-934-1247 paul.wai@dot.state.fl.us Key Staff/Roles: John Brandvik, PE - Project Manager - '43 -Needed' Basis 1 2017 -028 -KB FIN Qualifications of Proposer Team ri ♦♦ S P PARSONS 2.2 Qualifications of Proposer Team Introduction This team has extensive CEI experience on many municipal, county, and FDOT highway and bridge construction projects including large and complex assignments. The individuals involved in the execution of a project determine the success of any professional services contract. From our project manager through the ranks of project administrator, office staff and senior inspectors, each person's experience and background will lend to the success of the team. Personnel will be brought onto the project only when work requires that particular skill, function or capability. From this pool, we can fit each project phase with the best qualified individual(s) that has the required experience. The quantity of staff and subconsultants, whether full- or part-time, will be a function of the disciplines involved. Our goal is to provide the city with cost-effective services. On all assignments, individuals will be involved only for the time needed to complete the tasks at hand. This is one of the ways in which we control project costs and maximize our CEI efficiency. Our staff will be shifted and moved about, as needed, to effectively and efficiently cover the work. This flexibility is facilitated on a team where good chemistry exists, and our leadership truly cares for the success of each other's efforts in meeting project demands. Subconsultants WSP I Parsons Brinckerhoff uses subconsultants to complement and enhance our own assets. Our goal is to provide the most dynamic and broad- based team of experts to meet all tasks of a contract. Furthermore, the firm is committed to the inclusion of minority, disadvantaged or woman -owned firms or individuals in opportunities that allow them meaningful participation. Our emphasis focuses on ,WSP Experience & Qualifications 1 TAB 2 mentoring and developing these businesses through active participation as a team member. To augment our Team, we have enlisted the following three local, certified -DBE subconsultants. Firm Role Azimuth 360 Consulting inspection/ CSS inspection/ survey Group, Inc. (A360) C. H. Perez & Associates Consulting Engineers, Inc. (CHP) HR Engineering Services, Inc. (HRES) inspection/ geotech DBE FDOT UCP FDOT A A360: formed in Miami in 2010; offers Q professional CM and CEI services - AZIMUTH 360 teamed with WSP 1 PB on MDX's SR 874 CONSULTING GROUP Ramp Connector project CHP: founded in 2004; six three-man survey crews use state-of-the-art total stations and GPS data collectors HRES: began in Miami in 1998; provides CEI and geotechnical services - teamed with WSP 1 PB on POMT and MDWASD Government Cut Utility Relocations Organizational Chart The organizational chart on the following page shows the roles of our team members. It was developed after detailed review of the contract Scope of Work and availability of staff. WSP 1 Parsons Brinckerhoff maintains a depth of resources in the event of temporary needs. Detailed resumes for all proposed personnel follow the organization chart. This WSP 1 Parsons Brinckerhoff team is experienced and qualified for the roles they are assigned. Our resumes depict each member's qualifications by education, years of experience, required FDOT certifications and added training. PARSONS BRfrCICERMOFF City of Miami Beach 1 Various CEI Services on an "As -Needed" Basis 1 2017 -028 -KB Organizational Chart Principal -in -Charge Ken Spi!lett, PE QA/QC Jeff Cole Contract Support Specialist/Administration Cesar Lizarzaburu Johan Morelos, PE (A360) Subconsultants (A360) Azimuth 360 Consulting Group, Inc. (CHP) CH Perez & Associates Consulting Engineers, Inc (HRES) HR Engineering Services, Inc. MIAMIBEACH Project Managers Eduardo Rodriguez, PE Pom Chakkaphak, PE Ron Fields, PE Project Administrators Pablo Vasquez Keith Duke Miguel Daruna Senior Inspectors Ramon Pereda Mahmoud Fahs, El Eduardo Fleites Cesar Lizarzaburu Inspectors Victor Zarzuela Hernan Baez, El Eliezer Jimenez (A360) Antonio Ramos (CHP) All staff are Parsons Brinckerhoff personnel unless noted otherwise. Support Services Schedule/Claims Paul Smith, PE Estimating Ted Lebida Survey Bill Dell'Osso, PSM (CHP) Robert Hughan, PLS (CHP) Mario Leon (CHP) Adbelkader Nazef (CHP) Frank Nunez, PSM (CHP) Alvaro Saenz (CHP) Scott Perkins, PSM (CHP) Arturo Toirac, PSM (CHP) Geotech Hernando Ramos, PE (HRES) Liladhar Niraula, PE (HRES) 2.3 Financial Capacity The Dun & Bradstreet report was sent directly to Kristy Bada of the City of Miami Beach by our Treasurer Stephanie Brickey on March 13, 2017. bWSP PARSONS BP[NpONINOFF City of Miami Beach 1 Various CEI Services on an 'As -Needed" Bask 1 2017 -028 -KB RESUM E INDEX Principal -in -Charge Ken Spillett, PE (PB) QA/QC Jeff Cole (PB) Project Managers Eduardo Rodriguez, PE (PB) Pom Chakkaphak, PE (PB) Ron Fields, PE (PB) Project Administrators Pablo Vasquez (PB) Keith Duke (PB) Miguel Daruna (PB) Contract Support Specialists/Administration Cesar Lizarzaburu (PB) Johan Morelos, PE (A360) Senior Inspectors Ramon Pereda (PB) Mahmoud Fahs, EI (PB) Eduardo Fleites (PB) Inspectors Victor Zarzuela Hernan Baez, EI Eliezer Jimenez (A360) Antonio Ramos (CHP) ®,WSP Schedule/Claims Paul Smith, PE (PB) Estimating Ted Lebida (PB) Survey Bill Dell'Osso, PSM (CHP) Robert Hughan, PLS (CHP) Mario Leon (CHP) Adbelkader Nazef (CHP) Frank Nunez, PSM (CHP) Alvaro Saenz (CHP) Scott Perkins, PSM (CHP) Arturo Toirac, PSM (CHP) Geotechnical Hernando Ramos, PE (HRES) Liladhar Niraula, PE (HRES) A360 - Azimuth 360 Consulting Company, Inc. CHP - CH Perez & Associates Consulting Engineers, Inc. HRES - HR Engineering Services, Inc. PB - Parsons Brinckerhoff, Inc. PARSONS BRINCKERHOFF City of Miami Beach 1 Various CEI Services on an "As -Needed" Basis 1 2017-028-<B %.WSP PARSONS BRINCKERH©FF KENNETH B. SPILLETT, PE Principal -in -Charge Ken Spillett has provided engineering design and construction management services on numerous roadway, bascule bridge, bridge, toll facility, marine, medical and fuel loading projects and has supervised multiple beach dredging, renourishment and reconstruction efforts, Ken has served as principal -in -charge and senior project engineer on roadway and bridge projects over the past 30 years for the Florida Department of Transportation, tolling agencies and other clients in Florida, the mid- west and mid-Atlantic states. State Road (SR) 23 Toll Road New Construction (SR 21/Blanding Boulevard to North of Argyle Boulevard), FDOT District Two, Clay and Duval County, Florida: principal -in -charge on this $85 -million design -build (D -B) project. The project contains 7.8 miles of new roadway construction, new overpasses for SR 21 Blanding Boulevard, Old Jennings Road, Trail Ridge, Oakleaf Plantation and Argyle Boulevard and bridge over Double Branch Prong. The project includes roadway, structures, mechanically stabilized earth (MSE) walls, toll gantries, intelligent transportation system (ITS) for tolls and signalization. Construction Engineering and Inspection (CEI) Group 122, Interstate -4 (1-4) (SR 400) from SR 44 to 1.95, FDOT District Five, Volusia County, Florida: principal -in - charge on this $134 -million D -B project that involves widening 12 -miles of 1-4 to six lanes. The project includes three flat slab bridges for wildlife crossings, two bridges over the Tomoka River, reconstruction of the U.S. 92 interchange and extensive concrete paving and maintenance of traffic. CEI Group 106, FDOT District Five, Titusville, Florida: principal -in -charge for two CEI projects totaling $49 million. The first replaced the SR 406 swing -span bridge, also known as the A. Max Brewer Bridge over the Indian River, with a high-level, fixed -span 65 -foot vertical clearance D -B bridge with a 170 -foot center span. This project also includes building a 300 -foot long fishing pier on the west bank under the north side of the bridge. The second project involved resurfacing seven miles of US 1. Tampa Airport Interchanges Project (TAIP), FDOT District Seven, Tampa, Florida: served as project director/principal-in-charge for PB's assignment as the CEI consultant on this $193 -million project that involved the reconstruction of two major interchanges. The project includes all facets of roadway construction, including subsoil stabilization, 1.9 million cubic yards of embankment, over 500 drainage structures, 10.5 miles of drainage pipe, 38 new MSE walls, road base, asphalt, roadway lighting, intersection signalization, and ITS infrastructure and landscaping. In addition, 20 new bridges were constructed and five bridges demolished, all within proximity of Tampa International Airport. U.S. 1/Jewfish Creek Bridge, FDOT District Six, Key Largo, Florida: served as principal -in -charge as the CEI consultant on this $150 -million D -B project constructing the new Jewfish Creek Bridge and $153 -million widening of six miles of U.S. 1 in Monroe County from Key Largo to the Miami/Dade County line. This 1.75 - mile bridge featured a 78 -inch Florida Bulb -Tee superstructure on a foundation supported by drilled shafts. This high-rise bridge crossing the Intracoastal Waterway (ICWW) replaced an aging double -leaf bascule bridge at Jewfish Creek. The roadway widening included cement stabilization of the existing causeway, which consists of dredged fill material. The cement stabilized embankment supports a 10 -foot paved shoulder used as an evacuation lane during hurricane events. Also included in the road widening are several miles of seawall bulkheads, relocating two miles of a 36 - inch water main for the Florida Keys Aqueduct Authority and building a continuous Years of Experience 34 (24 with WSP 1 Parsons Brinckerhoff) Education M,S.C.E,, Structural Engineering, University of South Florida, 1992 B.S,C.E., Structural Engineering, University of South Florida, 1992 Additional Studies: SAVE, Module I Value Engineering Workshop; OSHA 10 -Hour Safety and Risk Management Course Professional Registrations Professional Engineer; Florida, 1997 (51517) Certified General Contractor: Florida (CGC 050996) Professional Affiliations National Society of Professional Engineers (NSPE); Florida Engineering Society (FES); American Society of Civil Engineers (ASCE); American Concrete Institute (ACI); American Road and Transportation Builders Association (ARTBA) FDOT & Certifications/Training ATSSA Worksite Traffic Supervisor; Critical Structures Construction; QC Manager; Troxler Radiations Safety; NPDES Stormwater Control jE WSP PARSONS BRINCKERNOFF median barrier wall creating a no -passing zone to control the numerous head-on collisions that occur on this busy section of highway, SR 72 (Stickney Point) from East of SR 758 to West of Beachwood Avenue, FDOT District One, Siesta Key, Florida: served as CEI senior project engineer for the $5.5 -million rehabilitation of two bascule bridges and approach spans over the ICWW connecting SR 72 to SR 758 (Midnight Pass Road) on Siesta Key. Work activities included tender house repairs/upgrades, concrete repairs on bridges and seawall, fender system repairs, pile jackets including cathodic protection, control panel, electrical and mechanical component upgrades, structural steel - beams, stringers and deck grating, cleaning/metalizing of structural steel. SR 684 (Cortez Road) from East of Gulf Drive to West of 127th Street West, Cortez Bridge Rehabilitation, FDOT District One, Bradenton, Florida: served as CEI senior project engineer for the $4.5 -million rehabilitation of this bascule bridge and approach spans over the ICWW connecting SR 684 to 127th Street West. Rehabilitation included: phased MOT work zones, superstructure/substructure concrete spall repairs, structural/non-structural pile jackets, beam jacking/bearing replacement, removal/replacement of east bulkhead cap, replacement of live load shoes, adjustment of span locks, repair and test mechanical operation, installation of new electric system and lightning protection. Anna Maria Island Bridge, FDOT District One, Bradenton, Florida: served as CEI senior project engineer for $11.1 -million bascule bridge rehabilitation. Work included repair of concrete deck, railing, beams, piers, piles, seawalls and bascule span counterweights; resurfacing of deteriorating deck concrete; repair of bascule span steel; rebalancing span; cleaning and painting steel including lead abatement; renovation of control house; reconditioning of drive machinery including replacement of machinery frame preparation; utility relocation coordination; MOT monitoring, interface with FDOT, contractor and city and components; replacement of entire electrical power and control system. Ken's responsibilities included supervision/scheduling of CEI staff; progress report officials; field problem resolution; logistics coordination; monthly and final estimate preparation; change order and claims management. Construction Management, Orlando -Orange County Expressway Authority (OOCEA), Orange County, Florida: served as program manager on $220.7 -million construction management consultant program with 00CEA. The program was comprised of the $127 -million SR 429 (Western Expressway) Part A, including 2 ramp toll plazas and the $62-millon Part C Phase I and Project 429-200. As program manager, Ken provided overall program direction for WSP 1 Parsons Brinckerhoff's services on the five-year project. Responsibilities included reporting on the progress of 14 construction and two owner -furnished materials contracts, managing efforts of 10 CEI consultants, direction of area and resident engineers, project/master schedule reviews, QA/QC and interface with the client and WSP 1 Parsons Brinckerhoff staff. Florida's Turnpike Enterprise (FTE), Various Locations, Florida: corporate manager for WSP 1 Parsons Brinckerhoffs role as CMEMC for FDOT's $1.1 -billion improvement program. As an extension of FDOT staff, WSP 1 Parsons Brinckerhoff manages all turnpike projects on a task -order basis. During the five five-year contracts, which began in 1992 and is ongoing, WSP 1 Parsons Brinckerhoff coordinated 100 to 150 construction contracts per year, each administered by CEI consultants. The turnpike includes 487 bridges, water and sewage treatment plants, maintenance and administration facilities, service and toll plazas, Kenneth Spillett I Page 2 WSP PARSONS BRINCKERHOFF Jeff Cole is assigned to the WSP 1 Parsons Brinckerhoff southeast region as a corporate -approved quality assurance (QA)/quality control (QC) manager. He performs semi-annual quality assurance reviews and final estimate reviews for all construction engineering and inspection (CEI) projects in Florida to verify compliance with administrative, inspection and materials testing requirements. In this role, he has provided QA/QC oversight for more than 75 bridges in Florida. He served three years as QC manager for a Florida Department of Transportation (FDOT)-approved asphalt production facility. He also serves as a technical resource for training and issue resolution, In addition, he manages the firm's CTQP training program providing training both as a qualified instructor for FDOT Construction Training/Qualification Program (CTQP) courses and proctor for administering examinations. In 15 years as a CTQP instructor, Jeff has taught or assisted on more than 140 CTQP courses. Jeff has successfully served as served as inspector/senior inspector (six years) or project engineer/administrator (nine years) on FDOT road and bridge projects totaling more than $500 million, He has extensive experience with materials testing and inspection for earthwork, asphalt, concrete and other components of road and bridge construction. His representative projects include: Highways Interstate 4, (1-4) Design -Build, Polk County, Florida: QC manager for the entire corridor which included three design -build projects covering 29.5 miles at a combined cost of $224.5 million. Jeff reviewed and approved the contractor's quality control plans and monitored QC inspection for adherence to the plan. Other duties included supervising the inspection staff that performed the verification testing for the materials incorporated into the project. Western Expressway, (State Road [SR] 429), Orlando -Orange County Expressway Authority (00CEA) Orlando, Florida: As construction management QA/QC manager, Jeff was responsible to oversee day-to-day inspection efforts by the CEI subconsultants on the $210 -million limited access toll highway projects. Duties included coordination and management of multiple geotechnical subconsultants that provided material testing, pre -stress components inspection, steel component fabrication inspection and PDA services, management of environmental subconsultants and ensuring compliance with all permitting agencies and reviewing all test results. He also ensured resolution for failing materials. Other duties included performing formal reviews of project records for all aspects of construction including auditing the final estimates, 1-4 Expansion Project Segment 4, East of Branch Forbes Road to SR 39 Tampa, Florida: project inspector whose duties included overseeing daily inspection assignments, documentation, preparation of monthly and final estimates, analysis preparation and recommendation of contractor's request for extra time and cost, contractor negotiations, permit compliance, CPM schedule monitoring, weekly meetings, utility coordination and construction coordination meetings. Veterans Expressway, Tampa, Florida: project inspector for construction of multi- lane divided toll road. This project included nine bridges, creation of a complex wetland area, reconstruction and widening of three major country roads, relocation of utilities under JPA and construction of MSE walls. Duties included overseeing daily inspection assignments and documentation, preparation of monthly and final estimates, analysis preparation, and recommendation of contractor's request for Jeff Cole QA/QC Years of Experience 33 (15 with WSP 1 Parsons Brinckerhoff) Qualifications/Certifications/ Training Construction Training/Qualification Program (CTQP): Final Estimates Level I and 11, Pile Driving Inspection FDOT and other Certifications/Training: Certified Senior Technical Associate for Construction Management and Inspection; FDEP Stormwater Management Inspector; Troxler Nuclear Density Safety; FDOT Claims Analysis Consultant Series; FDOT Construction Math; FDOT Contract Plans Reading; FDOT Final Estimates Seminar; FDOT Review Construction Contractor Schedule; FDOT Traffic Signals, Highway, Lighting, Signing; Chicago Testing Laboratory Asphalt Concrete Mix Design (School for both virgin and recycle mixes), FDOT Critical Structures Construction Issues --Self Study Course American Traffic Safety Services Association (ATSSA) Work Zone Traffic Safety WSP PARSONS BRJNCKERHOFF extra time and cost, contractor negotiations, permit compliance, CPM schedule monitoring, utility coordination, and weekly meetings and construction coordination meetings, SR 60, Brandon, Florida: senior inspector for the reconstruction and widening of four -lane facility to eight -lane facility in a dense urban environment. Dale Mabry Highway, Tampa, Florida: senior inspector for six miles of road and bridge widening in a dense urban environment from Hillsborough Avenue to Ehrlich Road. Boy Scout Boulevard, Tampa, Florida: senior inspector, for two miles of roadway widening, milling and resurfacing. Convention Center, Tampa, Florida: senior inspector for construction of a new roadway, parking facilities and sidewalks for downtown Tampa. Construction Company, Tampa, Florida: QC manager, duties included materials selection and inspection, developing asphaltic concrete mix designs, and supervision of asphalt production and field construction. Bridges South Skyway Bridge Rehabilitation Pinellas and Manatee Counties, Florida: project engineer for the rehabilitation of approximately five miles of existing bridge structures. Duties included overseeing daily inspection assignments for pile jacket installation, bridge deck repairs, barrier rail spall repairs, Crack injection, post tensioned pre -cast crossover installation, beam and cap repairs and the construction of 4 new spans. Regarding new bridge construction, Jeff worked on the following projects: • Wetherbee Road Bridge over the Florida Turnpike, Orlando: served as a one-man inspection staff. • Veterans Expressway: senior inspector and project engineer providing oversight of eight bridges. • 1-4 from Branch Forbes to SR39: project administrator for the construction of six bridges. • Western Expressway (SR 429): QA/QC manager providing oversight for the construction of 42 bridges including onsite duties and all bridge deck pours. • Polk County Corridor of 1-4 Design -Build Projects: oversight QC manager for the entire corridor's bridge construction. Jeff Cole 1 Page 2 WSP PARSONS BRINCKBRHOFF Eduardo Rodriguez has extensive experience in the planning, design, construction and management of a variety of transportation infrastructure projects in Florida, including major bridges, limited access highways, Urban roadways, drainage structures, roadway lighting signalization and buildings. Eduardo spent nearly 13 years with the Florida Department of Transportation (FOOT) in a number of increasingly responsible positions, with duties including management of conceptual, preliminary and final design activities for highway projects; construction engineering and inspection (CEI) consultant firm oversight; and overall project management on several major highway widening and reconstruction projects in Miami -Dade and Monroe Counties. He has an in-depth knowledge of FDOT policies, procedures, and design and construction standards and understands the importance of developing and maintaining effective professional relationships with owners, contractors, utility firms and CEI consultants. State Road (SR) 874 D -B Ramp Connectors, MDX, Miami, Florida: senior project engineer for this $42 -million design -build project of MDX ramp bridge connectors from SR 874 (Don Shula Expressway) to SW 128th Street and the reconstruction of SW 128th Street from west of Florida's Turnpike Enterprise (FTE) to west of SR 825/SW 137th Avenue. The objectives of the project are to improve east -west and north -south mobility from the southwestern suburbs to the urban employment centers in Miami - Dade County and improve access to the existing expressway system from southwest Miami -Dade County, a densely populated and rapidly growing area. Design -Build Reconstruction of Lower North Bay Road, Miami Beach, Florida: project manager on this $13 -million total roadway reconstruction project that included installation of a new storm drainage system and a pump station, seawall construction, a new 12 -inch water main and lining installation of the existing sanitary sewer. Mr. Rodriguez was responsible for the CEI of this contract, which included the administration of the contract, monitoring and inspection of the work performed by the contractor to ensure compliance with the plans, specifications, and special provisions. Reviewed and approved the monthly estimates and invoices, supervised inspectors, coordinated construction, prepared reports, resolved field problems, attended construction progress meetings, coordinated utility relocations and performed final acceptance and completion of the project closeout. Central Boulevard Widening, Realignment and Service Loop Project, Miami International Airport (MIA)/Miami-Dade Expressway Authority (MDX), Miami, Florida: senior project engineer for this $48 -million design -build (D -B) project that consisted of the construction of eight new bridges and two bridge widenings to the primary access to MIA; roadway reconstruction including reconstruction of the Perimeter Road; construction of a north and south service road and reconfiguration of the existing Central Boulevard to go over Perimeter Road. In addition to the above major works, improvements included drainage, signalization, utilities and intelligent transportation systems (ITS). The project also involved construction of concrete barrier walls, mechanically stabilized earth (MSE) walls, retaining walls, embankment, asphalt pavement, overhead sign structures, signing, pavement markings, landscaping and lighting. Project length was approximately .50 miles, including the NW 42 Court/NW 20 Street and McLaughlin single -span steel girder bridge over the C-4 Canal as part of the project. SR 874 On Ramp on Kendall Drive, MDX, Miami, Florida: senior project engineer for this $33 -million construction of a new northbound on-ramp from Kendall Drive to re- align the existing eastbound on-ramp to SR 878. The new on-ramp to SR 874 consisted of a twin steel box girder bridge supported by concrete inverted tee caps sitting on drilled shafts. The bridge consisted of 10 concrete piers and two end bents with 11 EDUARDO RODRIGUEZ, PE Project Manager Years of Experience 32 (19 with WSP I Parsons Brinckerhoff) Education B,S., Civil Engineering, Florida International University, 1984 Professional Registrations Professional Engineer: Florida, 1989 (42056) Qualifications/Certifications/ Training Construction Training/Qualification Program (CTAP): Final Estimates Level I and II Florida Department of Transportation (FDOT) and other Certifications/Training: Work Zone Traffic Control — Advanced; American Traffic Safety Services Association (ATSSA) Certified VVorksite Traffic Supervisor; MSE Wall Inspection Certification 1 WS P I SA NCK RHOFF spans including the last span over the SR 878 eastbound roadway. The project also involved construction of concrete barrier walls, MSE walls, retaining walls, sound walls, embankment, asphalt pavement, drainage, overhead sign structures, signing, pavement markings, landscaping and lighting. Project length was approximately 1.45 miles, including widening, milling and resurfacing, and signalization of North Kendall Drive and SR 94. SR 836 Auxiliary Lanes, MDX, Miami, Florida: senior project engineer for this $15 -million project along SR 836 from SR 826 to the NW 57 Avenue Interchange. Projecf components included a new bridge over the Venetian and Airport Canals, a bridge widening at NW 57 Avenue, roadway widening, drainage improvements, lighting and signing and markings. Duties included project management, scheduling, construction coordination, utility relocation and interface with contractor and MDX. Interstate 95 (1-95) Noise Walls, FDOT District Six, Miami, Florida: senior project engineer for this $40 -million project along 1-95 from SR 112 to Miami-Dade/Broward County Line. Project components included roadway widening, drainage improvements, lighting and signing and markings. Duties included project management, scheduling, construction coordination, utility relocation and interface with contractor and FDOT, Miscellaneous Assignments, Florida: worked on miscellaneous assignments in various projects performing claim analysis, final estimate audits on U.S. 41 in Naples and the Western Beltway in Orange County. Also, served as project manager for multiple bridges, roadway widening and drainage improvement for the Florida Turnpike Extension from Quail Roost Drive to SR 874 in Miami. SW 8th Street (Calle Ocho) Reconstruction, FDOT District Six, Miami, Florida: project manager/senior project engineer for this $25 -million project through a densely populated portion of Miami frequently referred to as "Little Havana." Project components included roadway widening and resurfacing, sidewalk improvements, extensive utility relocation and improvements to two railroad crossings. Numerous businesses within the project limits were affected, both from roadway construction and from efforts to rehabilitate sidewalks, utility lines, traffic signals, light posts and other structures, A major challenge was maintaining access to business parking lots and transit bus and pedestrian access to businesses along the corridor. Eduardo's duties included inspector supervision and scheduling, construction coordination, report preparation, field problem resolution, attendance at construction progress meetings, utility relocation coordination and interface with FDOT and contractor officials. Miscellaneous Projects at MIA, Miami, Florida: senior project engineer who provided oversight of miscellaneous projects such as the utility corridor which involved installation of pumping stations, a water main and communication conduits to the American Airlines terminal, Also, the Airport Canal was relocated involving construction of 700 feet of new canal with sheet pile and retaining wall; construction of approximately 1,100 linear feet of new metal pipe arch culvert of various sizes; 2,700 linear feet of water main; a 16 -inch force main; electrical conduits; 4x4 communication duct bank and demolition of an abandoned industrial wastewater treatment plant, including the environmental oversight of the South Terminal. He supervised two subconsultant firms. Department of Environmental Resources (DERM) CEI Project, Miami, Florida: Eduardo worked as the project manager. Parsons Brinckerhoff was retained to perform inspection on drainage and roadway restoration throughout the county. The project involved completion of more than 10 project assignments which included reconstruction of roadways, placement of French drains, closed and open drainage systems, milling and resurfacing, sidewalks, curb and gutter, pavement markings, canal dredging, canal restoration including embankment protection. Parsons Brinckerhoff staff performed maintenance of traffic monitoring, materials testing and inspection and quality control. This miscellaneous contract was performed for a program total cost of $800 million for all consultants. Eduardo Rodriguez I Page 2 bWSP PARSONS BRINOKERHOFF Pom Chakkaphak has extensive experience in the area of bridge design and construction, He is well versed in construction engineering and inspection (CEI) issues affecting bridge rehabilitation and construction projects, having served in varying roles for numerous bridges projects throughout the United States. 016 Key Bridges, Florida Department of Transportation (FDOT) District Six, Monroe County, Florida: senior project engineer (SPE) for this contract to perform CEI services for the planned repair and rehabilitation of several bridge structures in the Florida Keys, including: Old 7 Mile Bridge from Knights Key to Pigeon Key, Overseas Highway (Hwy) over Tea Table Channel Canal, Overseas Hwy over Channel 2, Niles Channel Bridge, and Seven Mile Bridge over Moser Channel. Work on the bridges began mid 2016 and will continue through 2021. These structures are all on the U.S. 1/State Road (SR) 5 alignment, which is of strategic importance for the tourism industry and serves as a primary evacuation route when hurricanes threaten the Florida Keys. Card Sound Road Bridge, Monroe County, Florida: SPE on this project that includes repairing concrete spelling, cracking and delaminating on the bridge deck, railings, columns and bents, installing pile jackets and cathodic protection, painting structural steel, repairing expansion joints, repairing the fender system and other related construction as shown on the drawings and included in the Technical Specifications. Pedestrian Bridge over Marvin Adams Waterway, Monroe County, Florida: SPE for the installation of prestressed concrete beams, cast -in-place approach slabs, deck and end bents, temporary sheet pile, embankment, retaining walls, rip rap, gravity wall, pedestrian bicycle railing, guardrail, sidewalk ramps, detectable warnings, completion Of connection to 10 ft. wide asphalt path, landscaping and performance turf. Work included maintaining environmental controls and maintenance of traffic, and all work shown and listed in the Project Drawings and Project Manual. Long Key Bridge Rehabilitation, FDOT District Six, Monroe County, Florida: SPE for the $21.5 -million contract that involves the repair/rehabilitation to Long Key Bridge and substructure repairs for three other bridges on U,S. 1 in the Florida Keys. The Long Key Bridge will require the jacking of segmental units to remove and replace the existing V -piers at 12 locations. This will require temporary bridge support and jacking gantries. The other bridge repair/rehabilitation projects at Ohio -Missouri, Bahia Honda and Little Duck Key involve cathodic protection installation utilizing impressed current, arc sprayed zinc (metalizing) and concrete spall repair including pile jackets. 117th Street Bridge Replacement Design -Build (D -B), City of Marathon, Florida: project technical advisor. The main items of work include: bridge deck and railing replacement, repairing the existing abutments, upgrading the guardrail, milling down the asphalt on the bridge and approach slabs, resurfacing the approach slabs and tying back into the existing roadway. Areas of concern include maintenance of traffic (MOT), environmental compliance, and utilities. U.S. 1/Jewfish Creek Bridge, FDOT District Six, Key Largo, Florida: SPE for a D- B project constructing the new Jewfish Creek Bridge and widening six miles of U.S. 1 in Monroe County from Key Largo to the Miami/Dade County line. This 1.75 -mile bridge features a 78 -inch Florida Bulb -Tee superstructure on a foundation supported by drilled shafts. This high-rise bridge crossing the Intracoastal Waterway replaced an aging double -leaf bascule bridge at Jewfish Creek. The roadway widening included cement stabilization of the existing causeway which consists of dredged fill material. This POM CHAKKAPHAK, PE Project Manager Years of Experience 40 (24 with WSP 1 Parsons Brinckerhoff) Education M.S., Structural Engineering, George Washington University, 1975 B.S., Civil Engineering, Feati University, 1971 Professional Registrations Professional Engineer: Florida, 1988 (40074) Qualifications/Certifications) Training Advanced Maintenance of Traffic; American Segmental Bridge Institute (ASBI) Grouting Certificate .I S I- @RINCK RHOFF cement stabilized embankment supports a 10 -foot paved shoulder to be used as an evacuation lane during hurricane events. Also included in the road widening were several miles of seawall bulkheads, relocating two miles of a 36 -inch water main for the Florida Keys Aqueduct Authority and building a continuous median barrier wall creating a no passing zone to control the numerous head- on collisions which occur on this busy section of highway. St. George Island Bridge, FDOT District Three, St. George Island, Florida: project technical advisorforthis D -B project involving a 4.1 -mile bridge over Apalachicola Bay, one of the most environmentally sensitive bodies of water in North America. The use of precast cylinder piles allowed for the bridge to be built with minimal environmental impact. Included in the project were 125 and 140 feet of 78 -inch Florida Bulb -Tee girders, cast -in-place (CIP) concrete caps and columns. The main channel span is part of a five - span, post -tensioned superstructure unit. Sunshine Skyway Cable -Stayed Segmental Bridge High -Level Approach Columns Repair, FDOT, Hillsborough and Pinellas Counties, Florida: SPE for the rehabilitation of 72 high-level approach columns. This included the installation of reinforced concrete and a post -tensioning system. This assignment also investigated and repaired the main span superstructure post -tensioning system. Memorial Causeway Segmental Bridge Replacement, FDOT District Seven, Clearwater, Florida: project technical advisor for a CIP segmental concrete bridge, drilled shafts, approach work and street reconstruction. The project involved major segmental bridge construction and related improvements that affected the main arterial route to Clearwater Beach and the adjacent islands. Fuller Warren Bridge Construction, FDOT District Two, Jacksonville, Florida: project resident engineer for the reconstruction of 1.6 miles of bridges and ramps composing the Fuller Warren Bridge over the St. Johns River. This included the four high-level bridge structures, five ramps and a 650 -foot, post -tensioned main span with dropped -in segments, post -tensioned pier caps and precast prestressed concrete components. Construction involved a considerable amount of mechanically stabilized earth (MSE) and retaining walls, major utility relocation as well as sizable traffic relocation during construction. Pom developed and reviewed policies, methods, practices and procedures; reviewed programs for conformity with FDOT standards; exercised initiative and independent judgment in the developing solutions for work problems; and directed and assigned specific tasks to inspectors and assistants. Buckman Bridge Widening, FDOT District Two, Jacksonville, Florida: project resident engineer for the widening of both spans of a three-mile, twin -span bridge crossing the St. Johns River from two to four lanes. Included in the project were more than 1,500 prestressed concrete piles, an eight -inch CIP concrete deck, bridge and navigational lighting, a new fender system, approach roadways to accommodate the new traffic lanes, drainage pipe and structures and embankments, as well as asphalt paving, signage, pavement markings and repairs to the existing bridge substructures. New Baldwin Segmental Bridge Project, Old Saybrook, Connecticut: deputy project manager for this precast post -tensioned concrete segmental balanced cantilever bridge structure over the Connecticut River. Pom supervised the project office and field staff and provided recommendations for technical proposals, project scheduling, procedure change proposals and claim/dispute negotiations. Previous Experience Sunshine Skyway Cable -Stayed Segmental Bridge Project, FDOT, Hillsborough and Pinellas Counties, Florida: quality control/engineering manager for this award-winning structure that included a post -tensioned balanced cantilever main span precast post -tensioned segments and span -by -span erection. He was responsible for the management of the QC/Engineering Department with overall responsibility for all QC/engineering functions for precast bridge segments, concrete operations, post -tensioning and prestressed concrete operation. Pom managed the geometry control department (surveying), was responsible for scheduling project activities and was involved in all phases of the precast yard set up. He worked with agencies involved in the project and obtained FDOT approval for all operations. Seven -Mile Segmental Bridge Project, Florida Keys, Florida: quality control supervisor for this post -tensioned precast segmental bridge structure with span -by -span erection. Pom maintained complete responsibility for all quality control functions, concrete operations and geometry control at the precast yard. He interfaced with other subcontractors, the client and Inspection agencies and scheduled/coordinated project activities. Pom Chakkaphak I Page 2 jo WS I BRIM K RHOFF Ron Fields is a senior supervising construction engineer and project manager with extensive experience in program and construction management for a variety of public works projects. Ron has been involved with numerous facets of program management including cost control, schedule management, community involvement, and partnered program approach, document management, and accountability, management plans consisting of a system of checks and balances, and dedication to the client. In addition, he has a solid background in utilities, structural and civil engineering. Norris Cut Utility Relocation Project, Miami -Dade County, Florida: project manager for the Miami -Dade Water and Sewer Department design -build relocation of an existing 54 -inch sanitary sewer force main under Norris Cut Channel between Fisher Island and the Central District Wastewater Treatment Plant (CDWWTP) on Virginia Key. The method of construction emphasized in the Request for Design -Build Services design criteria documents is the trenchless technology of segmental tunnel bore machine, installing a 10.25 -inch diameter precast concrete segmental tunnel for the new sewer force main; the design -builder will also install a new connecting 8 -inch diameter force main from Fisher Island PS 170 to the new 60 -inch force main using horizontal directional drilling. Ron is responsible for the overall Quality Assurance program, design -build contract administration, management and supervision providing design phase review and support, constructability review, scheduling and cost estimating, project permitting review support, pre -construction coordination, contract administration, construction monitoring and inspection, coordination of project start- ups, and closeout. Government Cut/Fisherman's Channel Utility Relocation Projects, Miami -Dade County, Florida: project manager for the Miami -Dade Water and Sewer Department design -build relocation of an existing 54 -inch sanitary sewer force main under Government Cut Channel between Fisher Island and South of Miami Beach Marina; and the relocation of an existing 20 -inch water main under Fisherman's Channel between Port of Miami (Dodge Island) and Fisher Island. The method of construction emphasized in the Request for Design -Build Services design criteria documents is the trenchless technology of micro -tunneling, installing a 72 -inch casing for the new sewer force main and a 60 -inch casing for the new water main and dry line; the design -builder will also evaluate an alternative trenchless technology of horizontal directional drilling for the relocation of the existing 20 -inch water main. Ron is responsible for the overall Quality Assurance program, design -build contract administration, management and supervision providing design phase review and support, constructability review, scheduling and cost estimating, project permitting review support, pre -construction coordination, contract administration, construction monitoring and inspection, coordination of project start-ups, and closeout. Everglades Agricultural Area (EAA) Reservoir A-1, Palm Beach County, Florida: project manager for this South Florida Water Management District (SFWMD) reservoir that will provide capacity for 190,000 -acre-feet (65 billion gallons) of water storage. Other main project components include a pumping station that pumps from the North New River Canal designed to handle 3,500 cubic feet per second and four -lane bridge on U.S. Hwy 27. Currently he has completed work on three Guaranteed Maximum Price (GMP #1, #2, #3) work assignments for the overall reservoir project. These include approximately twelve miles of seepage canal construction and the installation and startup of the 5.4 million tons aggregate processing plant. Ron is responsible for the overall Quality Assurance program, construction contract amendment and guaranteed maximum price negotiating support, management and supervision providing design phase review and support, constructability review, scheduling and RON FIELDS, PE Project Manager Years of Experience 38 (17 with WSP I Parsons Brinckerhoff) Education M.S., Civil Engineering, University of Florida, 1978; B.S., Civil Engineering, University of Florida, 1976 Professional Registrations Professional Engineer: Florida, 1982 (32259); Georgia, 1990 (18652); North Carolina, 1982 (10445) Professional Affiliations American Water Works Association; Water Environment Federation; Construction Specifications Institute; Construction Management Association of America; Florida Task Force 1 (FL -TF 1) Urban Search and Rescue %WS P BRRNCKKEAHOFF cost estimating, project permitting support, pre -construction coordination, contract administration, construction monitoring and inspection, coordination of project start-ups, and closeout. Sewer Separation Program, City of Atlanta, Georgia: project manager for Stockade Basin sewer separation project which consists of separating 14.1 miles of 8 -inch to 42 -inch sanitary and storm sewer pipelines. The project included procurement of 130 easement parcels, two miles of tunneling, and 1.1 miles of water main rehabilitation. Responsibilities included supervision of project field staff of assistant basin managers, field engineers and field inspectors; and coordination of contract administration, cost and schedule review, document control; disputes review board reporting, client liaison and public information coordination. Master Water Plan South Program, Tampa Bay Water, Hillsborough County, Florida: project manager for the construction of approximately 21 miles of 72 -inch and 84 -inch diameter water transmission mains, a 52 million gallon per day (mgd) (197 million liters per day) high service pumping station, a 15 billion -gallon capacity reservoir, and 350 acres of wetlands mitigation. Ron was responsible for the overall management and supervision of the south construction management program providing design phase review and support, constructability review, scheduling and cost estimating, public information coordination and contact, project permitting support, land acquisition support, bidding of projects, pre -construction coordination, contract administration, construction monitoring and inspection, coordination of project start-ups, and closeout. American Airlines Arena Project, Miami, Florida: construction engineer for the owner's representative team during construction. He assisted the project manager in providing construction observation services; assisted the Miami -Dade County's liaison (special assistant to the county manager) to the Miami Heat and the City of Miami during construction; provided coordination of required county infrastructure improvements for the arena project, and reviewed monthly construction progress payments and monthly reporting of overall project progress. Cable Landing Station, Boca Raton, Florida: project manager for the design and construction of a telecommunications cable landing station. His responsibilities included procuring and managing local consultant expertise. Cable Landing Station, St. Croix, U.S. Virgin Islands: project manager for the design and construction of a telecommunications cable landing station. His responsibilities included procuring and managing local consultant expertise and obtaining the critical Coastal Zone Management Major Land Permit required for the entire project. He coordinated procurement of price proposals for design -build services to take 30 percent documents to final completion and construction. He coordinated negotiations with the selected contractor for a Guaranteed Maximum Price contract; issued notice to proceed; provided all contract administration, field inspection, and quality assurance review; and coordinated processing of request for information, construction bulletins, progress payments, and construction specification compliance monitoring. Previous Experience Prior to joining WSP I Parsons Brinckerhoff, Ron gained direct management experience with various consulting firms working in the public works arena along with direct involvement with an array of public works owners and regulatory agencies. His project experience included: Miami -Dade County Pump Station, Miami, Florida: program manager for the Miami -Dade County Water and Sewer Departments (WASD) Pump Station Improvement Program which consisted of rehabilitation and refurbishment of over 300 pumping stations and approximately 60 miles of sanitary sewer force main. Consultant Engineering Firm, South Florida: division manager responsible for the supervision of a staff of resident engineers, project engineers, field inspectors, estimators, schedulers, and claim management specialists. Services included complete construction engineering, field inspection, and contract administration services for land development, transportation, and environmental projects. Responsibilities also included business development and marketing future work in South Florida. Ron Fields I Page 2 WSP PARSONS BRINCKERHOFF Pablo Vasquez is a project manager/project engineer/administrator with WSP Parsons Brinckerhoff. He has led construction engineering and inspection (CEI) and structural inspection efforts for highway, bridge, transit, and building projects. He has served as project engineer/ project administrator in the oversight of major construction projects, with complete oversight of inspection supervision, testing, contractors pay applications, monthly progress status reports, monitoring project schedules, as well as claim reviews and final project close-outs. State Road (SR) 874 D -B Ramp Connectors, MDX, Miami, Florida: project administrator for the $42 -million MDX ramp bridge connectors from SR 874 (Don Shula Expressway) to SW 128th Street and the reconstruction of SW 128th Street from west of the Florida Turnpike Enterprise (FTE), to west of SR 825/SW 137th Avenue. The objectives of the project are to improve east -west and north –south mobility from the southwestern suburbs to the urban employment centers in Miami -Dade County and improve access to the existing expressway system from southwest Miami Dade County, a densely populated and rapidly growing area. Design -Build Reconstruction of Central Bayshore South, Miami Beach, Florida: this is an $18 -million design -build roadway reconstruction and streetscape improvements project. The project consists of the removal of encroachments — complete reconstruction of the roadway cross sections including a design profile and cross slope raising the roadbed and minimum road crown elevations to 3.7 feet. Drainage system improvements consist of a new interconnected stormwater system that includes a new pump station east of existing PS#1 at 28th Street and Prairie Avenue. Existing pump stations will be interconnected and retrofitted, including the construction of additional gravity drainage systems, force mains and tidal outfalls. Construction includes 16 -inch and 8 -inch water mains along Prairie Avenue from Dade Boulevard to 34th Street and water transmission relocations. As project manager, he is responsible for oversight of CEI services, administration of the contract, and monitoring and inspection of the work performed by the contractor to verify compliance with the plans, specifications, and special provisions. He also ensures compliance with maintenance of traffic, safety and environmental regulations. He coordinates the work of inspection personnel on the jobsite, reviews the monthly contractor's pay application, attends and participates in bi-weekly design and construction meetings with the city, reviews contractor work orders for extra work, will review the final estimate, and will participate in the final acceptance and project closeout. Design -Build Construction of West Avenue Bridge, over the Collins Canal and Dade Boulevard, Harmonization between Venetian Causeway and Bay Road, Miami Beach, Florida: project manager on this $10 -million D -B project includes bridge design and construction over the Collins Canal and the Lincoln Court Pedestrian Bridge. Other elements include roadway reconstruction on Dade Boulevard and streetscape improvements consisting of drainage with new inlets and manholes connected to an existing system, new sidewalk, and installation of a new lighting system. Port of Miami Tunnel CEI, Florida Department of Transportation (FDOT) District Six, Miami, Florida: bridge/roadway project administrator on this public-private partnership (PPP) project with a construction cost of $1 billion, This project with a very aggressive construction schedule involved the 1,2 -kilometer (3/4 -mile) twin -bore tunnel that connects Watson Island to Dodge Island, providing a key link for traffic to the interstate highway system (Interstate -395 [I- 3951 and 1-95) and to Miami Airport, Key elements involved bridge demolition and widening of the eastbound and westbound MacArthur Causeway Bridge with 145 ft. type VI American Association of State Highway and Transportation Officials (AASHTO) beams; overall length of each bridge is 2,470 feet. The bridge widening portion involved Osterberg load cell shaft testing and cross hole sonic testing for the permanent 60 -Inch diameter drilled shafts used for the foundation. A two -span 54 Florida 1 Beam Bridge at Dodge Island was constructed with an overall length of 256 feet and founded on 24 -inch pre -stressed concrete piles, mass concrete elements for all bridges. Construction of a 1,200 -linear -foot railroad track, Extensive MOT was required along the MacArthur Causeway, 1-395, 1-95 and portions of SR 836. Extensive utility work was required on two Islands, Watson and Dodge Islands, involving water and sewer, jack and bores, micro tunneling, fiber optics and relocation of Florida Power & Light (FPL) duct banks. Other key elements entailed various cast -in-place (CIP) retaining walls, mechanically PABLO VASQUEZ Project Administrator Years of Experience 36 (24 with WSP 1 Parsons Brinckerhoff) Education B.S., Architectural Technology, Florida International University, 1984; A.S., Architectural Technology, Miami Dade Community College, 1979 Qualifications/Certifications/ Training Construction Training/Qualification Program (CTAP): Quality Control Manager FDOT and other Certifications/Training: Advanced Maintenance of Traffic (MOT) Asphalt Inspection Reporting Critical Structures American Concrete Institute (ACI) Concrete Field Testing Technician American Segmental Bridge Institute (ASBI) Grouting Certified Troxler Nuclear Density Certification Construction Claim Seminar sponsored by Saddle Island Institute Traffic Signalization Training Video "Grouting of Bridge Post -tensioning Tendons" j; WS P PARSONS BRINCKERHOFF stabilized earth (MSE) walls, soil nail walls and temporary sheet pile retaining walls; construction of various deep wells for drainage; street lighting for the MacArthur Causeway, Parrot Jungle and Dodge Island; and Watson and Dodge Island traffic signalization, High -mast lighting founded on drilled shafts provided numerous overhead on-site and off-site sign structures, Also involved with CSM solider beam piles, Portland Cement Treated Base (PCTB) for overburden on MSE walls and backfill for the twin tunnel roadway system, asphalt treated permeable base (ATPB) and rigid concrete pavement for both tunnels; tension elements for the SOE area along with tremie seal concrete, signing and pavement markings. SR 874, Miami -Dade Expressway Authority Miami, Florida: bridge/roadway project administrator for this $33 -million construction of a new northbound on-ramp from Kendall Drive to re -align the existing eastbound on-ramp to SR 878. The new on ramp to SR 874 consists of a twin steel box girder bridge supported by concrete inverted tee caps sitting on drilled shafts. The bridge consisted of 10 concrete piers and two end bents with 11 spans including the last span over the SR 878 eastbound roadway. The project also involved construction of concrete barrier walls, MSE walls, retaining walls, sound walls, embankment, asphalt pavement, drainage, overhead sign structures, signing, pavement markings, landscaping and lighting. Project length was 1.45 miles and included widening, milling and resurfacing, and signalization of North Kendall Drive and SR 94, Miami Intermodal Center (MIC)IMiami International Airport (MIA) Interchange, Miami, Florida: as project administrator, provided CEI services for 11 bridges (three twin steel tub bridges, four steel plate girder bridges and four pre -stressed concrete AASHTO beam bridges), cofferdam construction, concrete piling, drill shaft foundations, footings and columns for the future people mover, seawalls, soil anchored retaining walls, project close out and assistance with claim reviews and negotiations. This was an $80 -million A+B contract involving a Dispute Review Board, The improvements will greatly enhance access to MIA and provide direct connections to nearby expressways and local roads serving MIC. The project limits are between SR 836 and SR 112. Okeechobee Road Reconstruction, Hialeah, Florida: project engineer on the reconstruction of two FDOT projects with a total construction cost of $31.2 million. The project was awarded "Florida's Best in Construction Award 2004 Urban Construction" by the Florida Builders Association. Both projects were A+B contracts with incentives and disincentives, a Dispute Review Board, and very aggressive schedules. The 2.4 -mile roadway reconstruction is located on one of the busiest corridors. of Okeechobee Road (U.S. 27). Construction included two temporary Acrow Bridges for MOT while two historical steel bridges are rehabilitated, including lead abatement; demolition of one single leaf bascule bridge over the Okeechobee Canal; construction of one pre -stressed AASHTO beam bridge and one steel girder pedestrian bridge over the Okeechobee Canal. Construction also included approximately two miles of concrete bulkhead traffic rail/planter on steel sheet piles; major drainage work; traffic signalization; mast arms on pre -stressed piles and on drilled shafts; street lighting; overhead signage for both truss and cantilever structures; Superpave asphalt; landscaping and irrigation and brick paver installation. Pablo worked closely with utility companies from the City of Miami Springs, the City of Hialeah and Miami Dade Water and Sewer. The first project was completed 95 days early; the second project was completed 100 days early. 17th Street Causeway Bridge Replacement, Fort Lauderdale, Florida: bridge/roadway project engineer on this $65 -million signature bridge over the Intracoastal Waterway. The A+B contract included a Dispute Review Board. The bridge Is a major access route to south Fort Lauderdale beach areas. Key work elements of the project included a lateral load drill shaft test, two statnamic tests, two Osterberg tests, and construction of 116 — 48 -inch -diameter drilled shafts. Cofferdams were constructed in the middle of the Intracoastal Waterway. The project also included features such as permanent and temporary MSE retaining walls, surcharge monitoring, French drains, jack and bores, lighting, water main and force main replacement including two 36 -inch directional bores under the Intracoastal Waterway; utility relocations such as FP&L transmission lines, telephone, and gas lines; Superpave asphalt; decorative pavers; traffic signalization / interconnect; landscaping; irrigation and overhead cantilever signs. I-95/Golden Glades Interchange, Miami, Florida: bridge/roadway project engineer responsible for organization, set-up of record keeping, coordination and supervision of inspections for a $31 -million high occupancy vehicle (HOV) vehicle bridge built over the Golden Glades interchange, one of the busiest junctures on 1-95. Project elements included pre -stressed concrete piles, cast -in-place columns substructure with hammerhead pier caps with post -tensioning, AASHTO Type VI girders and conventional reinforced decks. Other features included numerous soil anchored retaining walls for MOT, concrete pavement and asphalt widening of 1-95, reinforced earth walls, drainage, lighting, extensive MOT, twin 72" -1,100 foot culvert, various jack and bores and landscaping. Miami International Airport Expressway Ramp Connector to SR 112, Miami, Florida: project engineer for the construction of four new bridges. and 1.2 miles of roadway construction. Responsible for the field coordination and supervision of the inspectors, material control certification, ensuring that work is in compliance with the specifications and special provisions and also in claim participation and negotiations. Three of the bridges were continuous span concrete slab deck. The fourth bridge consisted of a combination of twin structural steel box girders, Type IV pre -stressed beams, and various spans of pre -stressed precast posttensioned deck slabs. One bridge was reconstructed on both sides. Two of the bridges were founded on 5 -foot -diameter drilled shafts; the other two bridges were founded on pre -stressed concrete piling. Cofferdam construction and seal concrete was necessary because the majority of one bridge was over water. Roadway work consisted of heavy grading; dredging of an existing canal; constructing cast -in-place retaining walls and four proprietary retained earth walls; traffic signalization; highway lighting systems; and signing and pavement markings. Pablo Vasquez 1 Page 2 ffloWSP PARSONS BRINCKERHOFF Keith Duke is a hands-on professional with 23 years of experience on multi-million dollar roadway, bridge, cut and cover, box culvert, and tunnel construction projects in both rural and urban environments. He has an extensive background in providing construction management and construction engineering and inspection (CEI) services on bridge and highway projects in Florida from start to finish with a verifiable track record for the successful completion of projects with zero error final estimate packages. Keith is well versed in contract negotiations, project estimating, resolving design and construction problems, document preparation, design standards and specifications, agency policies and procedures. His experience also includes budget and cost control, as -built drawings, project claim documentation and procedures. Keith has an outstanding ability to direct a team by understanding the roles and needs of all team members. He interacts with client legal and senior level management on a daily basis. Keith was responsible for creating a documentation electronic control system (DECS) used on his projects and utilized by the Blueprint 2000 Agency. His participation in creating a Utility Coordination Guideline received PB Quality Awards in 1997 and in 2002. Card Sound Road Bridge, Monroe County, Florida: project administrator on this project that includes repairing concrete spelling, cracking and delaminating on the bridge deck, railings, columns and bents, installing pile jackets and cathodic protection, painting structural steel, repairing expansion joints, repairing the fender system and other related construction as shown on the drawings and included in the Technical Specifications, No Name Key Bridge, Monroe County, Florida: project administrator for CEI services on this $2.9 -million bridge repair/rehabilitation contract, The work included removal of unsound concrete, repairing spalls, delaminations and cracks, as well as cleaning and replacing all expansion on the bridge. Installation of both structural and non-structural pile jackets including cathodic protection and metallization on selected bridge structural elements were also required. As the CEI consultant, WSP 1 Parsons Brinckerhoff was responsible for providing all engineering management and quality assurance services in accordance with the requirements of FDOT and Monroe County, including maintenance of traffic, Davis Bacon Act, EEO, and audits. Old State Road (SR) 940 Leg A (Watson Boulevard) Bridge, Big Pine Key, Florida: project administrator/senior inspector for the reconstruction of the main bridge leading to No Name Key. This project was an FDOT Local Agency Program (LAP) project that required extensive coordination with utility companies and local residents, as this bridge was the only access to No Name Key. Monitored the sensitive environmental conditions on this project. Capital Cascades Trail, Tallahassee, Florida: construction project manager of multiple projects consisting of reconstruction of Franklin Boulevard 2,800 linear feet of large box culvert, construction of 4.2 -acre Coal Chute Pond, Adams Street box culvert and construction of pedestrian bridge over Monroe Street. His duties included: organizing preconstruction and utility coordination with the contractors and local agencies, schedule review, project start-up, constructability review, leading weekly progress meeting and participation and presentation of monthly client coordination meetings. Responsible for coordination with client and contractors to successfully complete and submit and execute project documentation including pay requisitions, RFIs, Engineers estimates, change orders and supplemental agreements. SR 61 Monroe Street Milling and Resurfacing, Tallahassee, Florida: project engineer of 1.9 miles in downtown Tallahassee next to the Florida State Capitol that J. KEITH DUKE Project Administrator Years of Experience 23 (20 with WSP I Parsons Brinckerhoff) Education B.A., Business Administration, Hagler College, 2003; A.S., Pre -Engineering Programs, Tallahassee Community and Florida State University College of Engineering, 1999 Qualifications/Certifications/ Training Construction Training/Qualification Program (CTQP): Asphalt Paving Technician Level I and II Final Estimates Level I and II Drilled Shaft Inspection Quality Control (QC) Manager FDOT and other Certifications/Training: Advanced Maintenance of Traffic FDOT Construction Academy Multi -line Earthwork; Basic, Intermediate, and Advanced Traffic Safety in the Work Area Superpave Training IMSA Work Zone Safety Fiazmat Training Boart Longyear Nuclear Certified OSHA Health and Safety (40 hours) OSHA Health and Safety Management/Supervisor Florida Stormwater Erosion Control Troxler Nuclear Testing Training WS P OR NCK RHOFF consists of utility adjustments, sidewalk and Americans with Disabilities (ADA) ramp repair, milling and resurfacing, and signalization work. Keith's duties included preconstruction utility coordination with local agencies, participation in monthly FDOT coordination meetings, supervision of office and inspection staff, documentation control and verifying compliance with all policies and procedures. Capital Circle E-2 Reconstruction, Tallahassee, Florida: project engineer of a $17.5 -million, 2.3 -mile project along Capital Circle Southeast (a design -build project) that consists of design, permitting, replacing an existing rural two-lane highway and constructing a six -lane divided urban facility with sidewalks, signalized intersection, multiple drainage facilities, lighting, public utilities, as well as pedestrian amenities such as multi -use meandering trails and bike trails. Keith's duties included plan constructability reviews, preconstruction utility coordination with local agencies, supervision of office and inspection staff, documentation control and verifying all policies and procedures were performed as specified. Also performed claim documentation, forensic analysis, interaction with and reporting to client legal and senior level management. Buck Lake Road Reconstruction, Tallahassee, Florida: project engineer for reconstruction of a two-lane rural roadway into an urban four -lane divided roadway with a stormwater treatment facility, retaining wall, water and sewer relocation and landscaping. Keith's duties included plan constructability reviews and preconstruction utility coordination with local agencies, reports of project status directly with clients, budget management, supervision of inspection staff, and compliance with all policies and procedures. Orange Avenue Reconstruction, Tallahassee, Florida: project engineer on the $30.5 -million project that consisted of extensive coordination to construct a four -lane divided roadway that included over 4,800 feet of box culvert and multiple environmental concerns. Mr. Duke's duties included plan constructability reviews and preconstruction utility coordination with local agencies, facilitating public awareness programs, supervision of inspection staff, and compliance with all policies and procedures. SR 196 Bayfront Parkway, Emergency Contract, Pensacola, Florida: project engineer for the Hurricane Ivan relief project to reconstruct over one mile of divided highway. His duties included coordination with FDOT and the City of Pensacola, performing all inspection requirements, preparation and completion of the final computations package. Leon County Road 146, Miccosukee Road (Phase II) Tallahassee, Florida: project engineer/senior inspector for the $6,8 -million reconstruction and widening of Miccosukee Road. The project consisted of removing the existing two-lane road and widening to a four -lane road with turn lanes. Supervised inspection staff, conducted biweekly meetings with local agencies, coordinated with utilities, communicated and scheduled with hospital officials, monitored MOT operations, and resolved field problems. Group 00-A, Tallahassee, Florida: inspector fora multi -project FDOT contract that included the resurfacing of Apalachee Parkway, crack/reseat and overlay of 1-10, mill and resurfacing of Meridian Road, and mill and resurfacing of SR 55. His duties included daily documentation of all phases of construction, density checks on embankment placement, materials sampling, inspection of drainage pipe, structure placement operations, and utility relocation, Inspection of asphalt removal and placement activities included ARMI and milling operations. Mr. Duke also maintained the maintenance of traffic (MOT) logbook, latitude and departure records, striping logs, contractor activities and quantities in construction daily reports. He also worked with the asphalt plant performing extraction, gradation and material testing. Capital Circle and Miccosukee Road Widening, Tallahassee, Florida: inspector for this $15.8 -million project involving the construction of a 15 -acre stormwater treatment facility and 3 miles of multi -lane roadway. This project also consisted of drainage improvements. Keith's duties included performing earthwork inspections and insuring that density logbooks are current and meet FDOT standards, inspecting of asphalt placement (grades and elevation), and insuring that all required tests and paperwork were completed. Keith also was responsible for performing concrete tests and insuring that the required tests, cylinders and documentation are completed. He inspected pile driving, directional boring, jack and boring, structural walls (timber, gravity, cantilever, MSE and T -wall), conducts MOT weekly reviews and insures that bridge pile, seats, and beams deck structures are constructed to proper elevation by method of survey level. J. Keith Duke 1 Page 2 AAA/SP PARSONS BRINCKERHOFF Miguel Daruna is a seasoned construction engineering and inspection (CEI) professional having worked more than four decades on roadway infrastructure projects. For more than 30 years, he worked for the Florida Department of Transportation (FDOT) District Six in the management of construction and maintenance of highway and bridges in Miami -Dade and Monroe Counties. In addition to serving as project administrator, for 12 years he worked in the Structures and Facilities, Bridge Inspection Section. He is proficient in the preparation, scheduling, inspection, documenting and reporting associated with the bridge inspection process. For at least one cycle on all state-owned bridges, he either personally inspected or signed inspection reports as supervisor. Design -Build Reconstruction of Indian Creek Flood Mitigation Project, City of Miami Beach, Florida: This is a $25 -million roadway reconstruction and drainage improvement project along SR A1A, Indian Creek Drive from 41th Street to south of 26th Street. The scope includes the installation of a 72 -inch drainage trunk line, lining all side street existing storm drainage pipes, construction of a pump station at 320d Street, installing a new roadway lighting system as per the latest FDOT standards, and replacing traffic signals at 26th Street and 29th Street. Responsible for administration of the CEI contract. Monitors and inspects the work performed by the contractor to ensure conformity with the plans, specifications, and special provisions. Supervises daily monitoring and inspections, as well as the monthly estimates, invoice review and approval, final estimating, final acceptance and completion of the project closeout. Previous Experience In addition to FDOT, Miguel worked for other South Florida consulting firms. His representative experience is shown below. State Road (SR) 112 Open Road Tolling (ORT) Off -System Signing, Miami -Dade Expressway Authority (MDX), Miami, Florida: senior inspector responsible for the inspection of advance ground -mounted and overhead signs necessary to provide sufficient warning, guidance and information to drivers entering the ORT facility. Duties included the inspection and documentation of maintenance of traffic (MOT), drilled shaft inspections and all incidental items associated with the sign removal and installation. The estimated project cost was $3.4 million and included new signage for all major arteries accessing SR 112. Airportlink Project, Miami -Dade Transit (MDT), Miami, Florida: project administrator on the $562 -million guideway, a 2.4 -mile elevated major bridge extension from the Earlington Heights Metrorail Station to the Miami Intermodal Center (MIC). Spans ranged from simple supported spans (varying in lengths of up to 130 feet) of prestressed concrete U -beams to prestressed concrete segment cantilever post tension erection. The U -beams spans are supported by pier columns above 24 -inch auger -cast pile caps and the precast segments are supported by pier columns above 36 -inch drilled shaft pile caps. His duties included directing, coordinating and training the inspectors and monitoring their activities. In addition, as part of the CEI Oversight Team, assisted the senior project engineer and the resident engineer with related administrative items for contract administration and independent assurance of the guideway's quality control. Miscellaneous CEI Contract, MDX, Miami, Florida: As project administrator, managed the following projects that varied in cost from $1 million to $5 million: • SR 836 Steel Bridge Painting over Miami River • SR 924 ITS design -build Communications and Incident/Surveillance MIGUEL DARUNA Project Administrator Years of Experience 42 (<1 with WSP 1 Parsons Brinckerhoff) Education A.A., Degree, Miami -Dade College, 1984 Qualifications/Certifications/ Training Construction Training/Qualification Program (CTQP): Asphalt Paving Tech Level I and II; Final Estimates Level I and II; Drilled Shaft Inspection; Pile Driving Inspection; Quality Control Manager FDOT and other Certifications/Training: ATTSA and IMSA Advanced MOT Training; ADA for Construction Projects; Construction Scheduling for Project Engineers; Contract Certification; Culvert Bridge Inspection: Density Earthwork Inspection Training; Federal and State Bridge Inspector Certification No. 128; Fracture Critical Bridge Inspection; Nondestructive Testing of Bridges; OSHA 30 Construction Occupational Safety and Health Administration; Painting and Sandblasting Structural Steel; PTI Certified Level 1 Bonded PT — Field Installation; is WSP • SR 836 Eastbound Shoulder Conversion • SR 836 Westbound over NW 72nd Avenue Beams Replacement • SR 836 Pavement Rehabilitation PARSONS BRWNCKERHOFF NW 97th Avenue Bridge over SR 836, Florida: project administrator for the construction of a $16 -million, nine -span AASHTO girder bridge crossing over SR 836 Including perimeter roadways at NW 12th Street and CSX railroad right-of-way. SR 826 at NW 36th Street, FDOT District Six, Miami, Florida: project administrator on the SR 826 over NW 36th Street project — a complete interchange reconstruction. The project replaced the existing bridge with a structural steel bridge and raised the SR 826 profile more than nine feet. The project includes five bridge structures, with the major bridge structure consisting of a 190' steel beam superstructure. SR 836 Westbound to Turnpike SB, MDX, Miami, Florida: project administrator on a $38 -million, design -build flyover from SR 836 westbound to the turnpike southbound. The project involved the construction of four new bridges and the widening of an existing bridge. The bridges ranged from conventional to two major bridges with continuous long -span steel box girders and integral post - tensioned concrete diaphragms pier caps. The bridge span lengths are 273' and 255' for one bridge and 154', 249' and 140' for the other. The project also included a new drainage system involving ponds and structures, extensive embankment work with MSE walls, new lighting, asphalt pavement and extensive demolition, His duties included contract administration and independent assurance of the project's quality control as part of an Oversight Team. Infrastructure Improvements, FDOT District Six, Florida: project administrator for various improvements on NW 79th Street from NW 7th Avenue to NW 5th Court and NW 7th Avenue from NW 79th Street to NW 76th Court. Activities included milling and resurfacing asphalt pavement and constructing turning lanes at northbound 71h Avenue and eastbound 79th Street. Also assisted with drainage improvements, upgrading of traffic signals at three intersections, replacement of roadway lighting system, and installation of new highway signs and pavement markings. Infrastructure Improvements, FDOT District Six, Florida: project administrator for various improvements on NW 107th Avenue from south of NW 7th Street to north of SR 836 and NW 107th Avenue from Flagler Street to north of NW 7th Street. Widening and reconstruction activities included milling and resurfacing asphalt pavement, constructing an additional lane in each direction, installing a new drainage system, upgrading traffic signals at three Intersections, replacing a roadway lighting system, and installing new highway signs and pavement markings. Robert King High Bridge, FDOT District Six, Florida: project administrator for a conventional bridge replacement involving reconstruction of the approaches and three spans with the main span 30' long. Project elements included bridge and architectural enhancements, installation of a new drainage system, asphalt paving of approaches, bridge lighting, and installation of new highway signs and pavement markings. Infrastructure Improvements, FDOT District Six, Florida: project administrator for various improvements on NE 6th Avenue from NE 108th Street to NE 123rd Street. Activities included pavement reconstruction of existing lanes at some locations, milling and resurfacing of asphalt pavement, upgrading traffic signals at one intersection, widening an existing bridge, upgrading the bridge railings, and installing new bridge and roadway lighting. Miami Gardens Drive from U.S. 1-95 to U.S. 1, FDOT District Six, Florida: project administrator for bridge reconstruction (widening), bridge railing upgrades at four bridges, milling and resurfacing of asphalt pavement, traffic signal upgrades at several existing signalized intersections, installation of new roadway and bridge lighting and guardrail replacement. NW/NE 135th Street from U.S. I-95 to U.S. 1, FDOT District Six, Florida: project administrator for milling and resurfacing of asphalt pavement, traffic signal upgrades at several existing signalized intersections, installation of new roadway lighting and guardrail replacements. Bridge rehabilitation and reconstruction of approaches at U.S.1 over Little River Canal from NE 76th Street to NE 79th Street consisted of three spans, with the main span 30' long. The project also involved widening existing abutments, constructing bridge superstructure and architectural enhancements, constructing bridge approaches, installing new drainage system, paving asphalt approaches, and installing bridge and roadway lighting, new highway signs and pavement markings. Miguel Daruna I Page 2 WSP PARSONS BRINCKERHOFF CESAR LIZARZABURU Contract Support Specialist / Senior Inspector Cesar Lizazaburu has more than four decades of construction engineering and inspection (CEI) experience with roadway, bridge (steel structures) and tunnel construction; pile driving and concrete testing. He has assisted supervising engineers in all phases of project administration and has specialized experience as a contract support specialist (CSS)/office engineer. He is knowledgeable with Florida Department of Transportation procedures, policies and systems including TRANSPORT, CES, CQR, and LIMS. As CSS, he has monitored daily construction reports, tracked project progress using either Oracle Primavera or MS Project, reviewed as -built drawings, supervised Equal Employment Opportunity (EEO) compliance and performed other administrative project requirements such as final estimates. Design -Build Construction of West Avenue Bridge, over the Collins Canal and Dade Boulevard Harmonization between Venetian Causeway and Bay Road, Miami Beach, Florida: this $10 -million D -B project includes bridge design and construction over the Collins Canal and the Lincoln Court Pedestrian Bridge. Other elements include roadway reconstruction on Dade Boulevard and streetscape improvements consisting of drainage with new inlets and manholes connected to an existing system, new sidewalk, and installation of a new lighting system. Cesar is responsible for administration of the CEI contract and monitoring and inspecting the work performed by the contractor to ensure compliance with the plans, specifications, and special provisions. In addition, he prepares monthly estimates, reviews and approves invoices, and performs final estimating and final acceptance of the project closeout. Port of Miami Tunnel and Access Improvement Project, FDOT District Six, Miami, Florida: this $1.3 billion mega -project involved boring twin 314 -mile road tunnels beneath Biscayne Bay and constructing associated improvements and facilities on Watson and Dodge Islands. As senior contract support specialist, Cesar provided a wide range of administrative support covering management of EEO, DBE, OJT compliance, technical and monthly reports, compliance with Buy America regulations, quality control supervision, recordkeeping of all technical and administrative project data. Managed deviation procedures, as -built drawings and preparation of the final package to FDOT. Position required judgment, excellent communication and organizational skills. Previous Experience Prior to joining WSP I Parsons Brinckerhoff, Cesar's experience is shown below. Remodeling of SW 11t" Street Bridge, City of Fort Lauderdale, Broward County, Florida: performed cost estimating, project schedule preparation, revision of shop drawings and construction inspection. Engineering Services, Town of Bay Harbor Islands, Miami -Dade County, Florida: project manager for miscellaneous engineering contracts including bridge evaluation and facilities inspection, cost estimates, reporting and permit drawings. New Broad Causeway Fixed Bridge, Town of Bay Harbor Islands, Miami Dade County, Florida: project manager responsible for control and field administration of a new concrete fixed bridge. Supervised construction, monitored daily reports, wrote quality control reports, performed monthly pay estimates and prepared shop drawings, as -built drawings and the Final Package. Years of Experience 44 (6 with WSP I Parsons Brinckerhoff) Education B.S., Civil Engineering, Catholic University, Lima, Peru, 1974 Qualifications/Certifications/ Training Construction Training/Qualification Program (CTAP): Asphalt Paving Tech Level I and II; Drilled Shaft Inspection; Quality Control Manager FDOT and other Certifications/Training: Advanced MOT Certified; ACI Concrete Testing Technician Grade I; ACI Concrete Transportation Construction Inspector; FDOT Contract Estimating System Certification A.WSP PARSONS BRINCKERHOFF Sanibel Island Causeway, Lee County Department of Transportation, Sanibel Island, Florida: structural engineer responsible for the design of the fender system, seawalls and dolphins and demolition. Responsible for bridge construction scheduling, computation book and cost estimating. NE 79 Street Causeway (SR 934), FDOT District Six, Miami -Dade County, Florida: involved with post -design support services. Responsible for shop drawing reviews, responding to RFIs, and performing field inspections. PGA Boulevard (SR 786) over the Intracoastal Waterway (ICWW), FDOT District Six, Palm Beach Gardens, Florida: responsible for planning and preparation of the computation book using FDOT's electronic Pay Item System and cost estimating using FDOT's CES system. Used MS Project to create the project schedule. District -wide Inspection of Bridge Structural Repairs, FDOT District Four, Florida: prepared pay item quantities, cost estimating and general scope of services for 22 bridges, Atlantic Avenue (SR 806) over ICWW, FDOT District Six, Delray Beach, Florida: responsible for preparation of computation book and cost estimating using FDOT's CES system. Dania Beach Boulevard Movable Bridge SR AIA over ICWW, FDOT District Six, Dania Beach, Florida: responsible for planning and preparation of computation book and cost estimating using FDOT's TRANSPORT system. SR 84 over South Fork New River, FDOT District Four, Ft. Lauderdale, Florida: in-depth bridge inspection to determine rehabilitation on this single -leaf bascule span. Report included structural, mechanical, and electrical condition, load ratings, recommendations and cost estimates for the rehabilitation. Responsible for scheduling, preparing the computation book and cost estimating. Overseas Highway (U.S. Route 1) over Snake Creek, FDOT District Six, Islamorada, Florida: this $1.5 -million rehabilitation included mechanical and electrical system replacement and structural repairs for a single -leaf bascule span bridge. As office engineer, responsible for control and field administration of construction and rehabilitation work, review of planning, construction costs, scheduling, and maintenance of project CQR information. Expansion of Arcenillas Oil Refinery, Blue Oil Group, Guatemala: worked for a Miami -based consultant that provided quality control and pre -shipping inspection of fire -fighting equipment. Performed recordkeeping of the manufacturing process and protocol assessment of In -factory tests and non-destructive tests. Cesar Lizarzaburu I Page 2 Azimuth 360 Consulting Group, Inc 7300 NW 114th Ave, Suite 209 Doral, Florida, 33178 Phone: 305-381-1117 / 786-554-3050 AZIMUTH 360 CONSULTING GROUP Engineering &GIS Cansuhing Services Johan Morelos, P.E. - Contract Support Specialist johanm@azimuth360.cc EXPERIENCE SUMMARY Mr. Morelos is an accomplished Professional Engineer who has obtained increasing responsible experience during his 12 years' tenure. He has experience as Roadway Inspector and as Contract Support Specialist (Office Engineer) supervising, executing, monitoring and keeping accounting of quantities and payments of concrete, earthwork, asphalt operations, drainage construction, pile driving, drilled shaft and other bridge and roadway construction operations in several FDOT and MDX Projects. He has also performed administrative and technical project duties related with EEO compliance, computation books and As -Built drawings preparation. He also has experience managing and performing GIS projects for MDX roadways and he is knowledgeable in several computer tools including MS Excel, MS Access and GIS applications. CERTIFICATIONS AND QUALIFICATIONS Florida P.E. No 77496 / TIN No. M642425750530 Final Estimates Level I & II QC Manager MOT Work Zone Traffic Safety — Intermediate Asphalt Paving Inspector, Level I & II Concrete Field Technician Level I & II ACI Concrete Field Testing Technician -Grade I ACI Concrete Transportation Construction Inspector Earthwork Construction Inspection, Level I & II Nuclear Gauge Safety Training FDOT Critical Structures Construction Issues Drilled Shaft Inspector PROFESSIONAL EXPERIENCE Azimuth 360 Consulting Group Doral, Florida Project Manager/Contract Support Specialist Jul 2015 — Current Review and inspector's daily report of construction so that contractor is credited with applicable and accurate pay quantities. Is responsible for overseeing Design -Builder schedules, plans submittals, shop drawings and other technical documentation submittals; monitors work for compliance to applicable standards and specifications, ensuring effective communication and coordination between all disciplines and all other project's participants. Ensures that the requirements of the contract are being satisfied; including processing of contractor's payment applications, contract records, preparing change orders, review and maintenance of the as -built drawings, budget monitoring and miscellaneous Office Engineering activities. Keeps control of construction materials Quality Control and sampling. Manages Geographic Information System process of all assets built, removed or modified under the project. Contacts: Eduardo Rodriguez, P.E. 786-251-5309 / Mario Nunez 305-222-1481 Azimuth 360 Consulting Group Doral, Florida Project Manager/GIS Specialist Mar 2014 — Jul 2015 • Manage GIS process in construction projects. Coordination and/or performance of GIS activities from the Pre - Construction Inventory to the delivery of GIS information of all Assets related with the projects. • Plan and coordinate field data collection. • Edit and update of GIS information according to client's standards and procedures. • Prepare geodatabases deliverables for each stage of the projects. Contacts: Gary Walsh, P.E. 305-222-1401 / Ted Kowal. 305-637-3277 Azimuth 360 Consulting Group, Inc 7300 NW 114th Ave, Suite 209 Doral, Florida, 33178 Phone: 305-381-1117 / 786-554-3050 AZIMUTH 360 CONSULTING GROUP Engineering & C>IS Consuhing Services Calvin Giordano and Associates Fort Lauderdale, Florida CEI Inspector October 2013 — March 2014 • Project Involved: I-595 Express Lanes/Corridor Improvements. The project consists of the reconstruction of the 1-595 mainline from the I-75/Sawgrass Expressway interchange to the 1-595/1-95 interchange on 1-595 for a total project length of 13 miles. Mr. Morelos was responsible for inspecting and documenting the contractor's daily activities and verification of asphalt paving operations. He monitored asphalt quantities, he also performed EEO compliance activities supporting the Resident Compliance Specialist. Also responsible for final inspection of several types of roadway elements such as MSE walls, pull boxes, concrete barriers, guardrails, attenuators among others, He verified that all the elements were built in compliance with contract documents and punch list reports were generated to track the items with deficiency. Contact: Scott Case, P.E. 954-661-7576 Azimuth 360 Consulting Group Asset Management / GIS Specialist Doral, Florida Dec 2011— Jun 2013 Full Time Position in the General Engineering Consulting Contract (GEC) between HNTB Corp. and the Miami -Dade Expressway Authority (MDX). • Design, maintenance, update and improvement of geo-databases, maps and reports of most types of roadway assets. • Manage GIS process in construction projects. This includes from miscellaneous to approx. $100 million projects. Activities included from the preparation of contract documents to final acceptance of the deliverables and data integration to the client (MDX) GIS system. • Developed Geographic Information Systems (GIS) procedures. • Support maintenance operations with the elaboration of reports and maps. • Maintain intranet application with Assets Management information, reports and maps developed in HTML. Contact: Ted Kowal. 305-637-3277 CH Perez & Associates. Doral, Florida Asset Management / GIS Specialist Jun 2009 — Nov 2011 Performed same duties as the above position with Azimuth Consultants. The difference was a change of employer, but the client, reference and projects involved were the same. A & P Consulting Transportation Engineers (APCTE) Doral, Florida GIS Specialist Jan 2007 — Jun 2009 • Responsible for the design, maintenance and improvement of geo-databases and maps of ITS and Roadway assets of MDX System. Also in charge of updating parts of the intranet tool called Mobile MIAMIS, which is a program in HTML platform designed and developed "in house" with the purpose of provide MDX GIS and Assets information. MDX Contact: Ted Kowal. 305-637-3277 Quality Control Team Leader Jun 2006— Apr 2007 • Project Involved: "Widening and reconstructing 1-95 from 12th Ave S to 10th Ave N in Palm Beach County (FDOT Project)". In charge of overview and perform sampling and testing of earthwork, concrete and asphalt operations throughout the project. Supported QC manager in administrative duties including materials tracking with FDOT system and procedures compliance with CPAM. Overviewed and made tests and sampling of concrete for roadway and bridge structures including many drilled shafts of the 2300ft 1-95 viaduct that was part of the project. Executed and supervised quality control activities on earthwork operations including activities like drainage placement, backfilling, sub -base and base placement and approval. In charge of quality control of all phases of asphalt pavement operations. Managed, supervised and scheduled the QC technicians' team. Contact: Nelson Perez, P.E. 305-216-5112 Roadway Construction Inspector Mar 2006 — Jun 2006 • Project Involved: "SR -836 WB Auxiliary Lane from NW 57th Ave to NW 72nd Ave (MDX Projects 83619 and 83615)". Responsible for supervising all roadway construction activities, including but not limited to inspections of earthwork, drainage, asphalt paving, lighting, signalization and maintenance of traffic, Contact: Eduardo Rodriguez, P.E. 786- 251-5309 A,.WSP PARSONS BRINCKERHOFF Ramon Pereda has over 30 years of experience in roadway and building construction. He has participated on construction tasks for water management and transportation projects, ranging from bridge construction, roadway, drainage, lighting, paving (asphaltic and reinforced concrete), pavement markings, signalization and landscaping. His duties have included quality control of drainage installation; maintenance of traffic (MOT); asphalt paving; pavement markings inspection; concrete operations for building construction, bridge (concrete and steel) and roadway facilities; pile driving, drill shafts, street lighting inspection, and sign installation inspection. He has experience working next to railroad facilities. State Road (SR) 821, Widen Heft from SW 216th Street (Hainlin Mill Dr.) to SW 184th Street (Eureka Dr.), Florida's Turnpike Enterprise, Florida: senior bridge inspector on $42 -million new bridge construction and widening of existing bridges (seven reinforced concrete bridges and two structural steel bridges), and repair and update as per current FDOT design standards of seven bridges. Inspected the driving of prestressed concrete piles, miscellaneous drilled shafts for mast arms, cantilever and overhead signs, and all activities regarding construction of the substructure and superstructure of the bridges (erection of the prestressed concrete 1 -Beams and steel girders, concrete deck), bolting (Skidmore tension analyzer, rotational capacity test, snug tight and final tension), electrical installation, and drainage structures. Performed MOT, inspected demolition of existing bridges, prepared monthly estimates, and verified and reported on all activities performed onsite to ensure compliance with the contract documents, design standards and standard specifications. U.S. 1, Overseas Highway over Niles Channel (Repair/Rehabilitation), FDOT District Six, Florida Keys, Florida: senior bridge inspector on a $1.5 -million repair of the 39 pier substructure components (shafts, columns and strut) that conform the bridge over the Niles Channel, The repair consisted of surveying the damaged areas, demolishing the spall/delamination area establishing, and verifying continuity of the reinforcement steel along the members to be repaired. Tasks also included: concrete restoration; inspection, repair or replacement of the cathodic protection system (connection plates, rod and metalizing of the repaired members); and repair or replacement of the bulk galvanic anodes on shaft. Prepared monthly estimates and verified and reported on all the performed activities. Flagler Memorial Bridge, FDOT District Four, Palm Beach County, Florida: senior bridge inspector who inspected reinforcement of the existing bridge piers that support the bascules to control the settlement through the use of micro -piles while the new $75 -million bridge was being constructed. Provided oversight regarding construction of the foundations of the new Flagler Memorial Bridge (offshore drilled shafts) and foundations for retaining walls (drilled shafts), Verified and reported on all performed activities onsite to ensure compliance with contract documents, design standards and standard specifications. Central Boulevard Widening, Realignment and Service Loop Project, Miami International Airport (MIA)/Miami-Dade Expressway Authority (MDX), Miami, Florida: senior bridge/roadway inspector on this $48 -million design -build project that consisted of the construction of new bridges and bridge widenings to the primary access to MIA; roadway reconstruction including reconstruction of Perimeter Road; construction of a north and south service road and reconfiguration of the existing Central Boulevard to go over Perimeter Road. Four new bridges were reinforced concrete with prestressed concrete 1 -Beams, two were new structural steel bridges, and the two widened were existing reinforced concrete bridges, Responsible for the overall inspection of the construction and widening of the bridges, bolting (Skidmore RAMON PEREDA Senior Inspector Years of Experience 30 (11 with WSP 1 Parsons Brinckerhoff) Education M.S., Economic Sciences, Universidad Catolica Andres Bello, Venezuela, 1993; B.S., Civil Engineering, Universidad Metropolitana, Venezuela, 1987 Additional Studies: Buildings Design in Reinforced Concrete, VEPICA, 1991; Building Construction Inspection, ADITEC, 1991; Foundation Design, VEPICA, 1991; Design of Structural Steel, Coir gio de Ingenieros de Venezuela, 1990 Qualifications/Certifications/ Training Construction Training/Qualification Program (CTQP): Asphalt Paving Tech Level I and 11; Concrete Field Tech Level land 11; Earthwork Const Insp Level I and II; Final Estimates Level I and 11; Pile Driving Inspection; Drilled Shaft Inspection FDOT and other Certifications/Training: ACI Concrete Field Testing Technician Grade 1; ACI Concrete Transportation Construction Inspector; Advanced Maintenance of Traffic Construction Math; Contract Plan Reading Inspection; Troxler Nuclear Gauge Safety Training; Troxler Radiation Safety Officer y, WSP PARSONS BRINCKERHOFF tension analyzer, rotational capacity test, snug tight and final tension), installation of drainage structures, paving operations and roadway restoration (milling and resurfacing), MOT, inspection of pile driving and miscellaneous drilled shaft. Verified and reported on all performed activities on site and ensured the project is executed according to contract documents, standards and design specifications. Work was performed at the vicinity of the railroad tracks and he ensured all CSX safety requirements were met. Open Road Toll (ORT) Construction, MDX, Miami, Florida: senior roadway inspector on this $18 -million project in a subconsultant role. This project consisted of ORT overhead structures and shelters for the electronics equipment on SR 924, SR 874 and SR 878. The project also included SR 924 roadway reconstruction. Responsible for the overall inspection of the construction of the concrete structures and erection of the steel monotubes to support the ORT equipment; shelter foundations; underground utilities (ITS and conduits required for the operability of the ORTs); new drainage structures; roadway restoration (milling and resurfacing); roadway reconstruction, signing and markings; miscellaneous structures; drilled shafts; installation of new street lighting poles along SR 924; traffic control devices; MOT; quality control and final estimates of the project; and geographical information system (GIS) for SR 924, SR 878 and SR 874 locating MDX's assets. He verified and reported on all activities performed onsite to ensure compliance with contract documents. Capital Improvement Program, City of Miami, Florida: senior construction inspector for more than $18 million of projects. Work included storm sewer pollution control and treatment units which discharge to Biscayne Bay National Park, a 600 -high pressure pump station, three outfall with seawalls, five 24 -inch deep -wells, sheet piling and concrete piles, special structural concrete and mass concrete. Projects included complete roadway restoration, new drainage system and traffic signals. Responsible for the overall inspection, quality control and final estimates of the projects. Verified and reported all performed activities onsite to ensure compliance with contract documents, City of Miami standards and FDOT standards. SR 874 New Ramp on Kendall Drive, Miami, Florida: roadway senior inspector on a new $33 -million, 1.5 -mile northbound ramp of a twin -steel box girder bridge with 11 spans, concrete columns and pile caps sitting on drilled shafts. The project included realigning the existing eastbound on ramp to SR 878 and also involved MSE walls, retaining walls, sound walls, asphalt pavement, drainage, traffic control devices, miscellaneous structures, lighting, signing and pavement markings. Responsible for checking and verifying overall roadway construction operations, materials and structure, laboratory test verifications, final roadway estimates, quality assurance and concrete, soil and asphalt inspections. Miami Intermodal Center (MIC)/MIA Interchange, Miami, Florida: WSP I Parsons Brinckerhoff provided CEI services on this $700 -million project consisting of roadway improvements to nearby expressways and the local roads. The MIC serves as the central connecting hub (multimodal transportation access facility) for regional trips within the greater Miami area for Metro Bus, Tri -Rail (commuter rail), Amtrak, taxis, and courtesy buses. The MIC is an extension of MIA and includes landside terminal functions such as a consolidated rental car facility. Work was performed at the vicinity of the railroad tracks and he ensured all CSX safety requirements were met. Responsibilities as bridge senior inspector included inspection of the installation of steel girders and prestressed AASHTO beams for the construction of the bridges, drilled shafts, pile driving, driving of sheet piling for cofferdams and sea walls, inspection of the structural steel bolting (Skidmore tension analyzer, rotational capacity test, snug tension and final tension); inspection of the SIP steel metal forms, reinforcement steel and concrete placement on bridge deck; mass concrete inspection; inspection of the steel girders pot bearings; reinforcement steel and concrete placement on pile caps, piers and bents; asphalt pavement, writing daily reports, materials testing, monitoring final estimates quantities, enforcing the contract specifications, and performing quality control. Countywide Improvements, Department of Environmental Resource Management (DERM), Miami -Dade County, Florida: this project involved drainage improvements, asphalt pavement restoration and canal dredging. As an inspector, his duties included writing daily reports, materials testing, monitoring final estimates and quantities, enforcing contract specifications, and performing quality control. Opalocka Tri -Rail Station Expansion, Miami, Florida: building inspector on the construction of two buildings in reinforced concrete — one building at each side of the train tracks; a pedestrian bridge built in steel structure between the buildings and over the tracks, underground utilities, an access road (sub -grade and limerock base inspection) and the train stations' platforms. Work was performed at the vicinity of the railroad tracks and he ensured all CSX safety requirements were met. Ramon Pereda I Page 2 f .WSP PARSONS BRINCKERHOFF Mahmound Fahs is a supervising inspector with WSP 1 Parsons Brinckerhoff. He has served as bridge and roadway inspector and has 26 years of experience in various areas of construction engineering and surveying. He is experienced in bridge and roadway construction, earthwork, asphalt paving, concrete work, drainage installation, utility work, highway lighting, signalization, and bridge rehabilitations and repairs. He is also proficient in all field and laboratory materials testing and is a qualified survey instrument man. Design -Build Reconstruction of Indian Creek Flood Mitigation Project, City of Miami Beach, Florida: This is a $25 -million roadway reconstruction and drainage improvement project along SR A1A, Indian Creek Drive from 41th Street to south of 26th Street. The scope includes the installation of a 72 -inch drainage trunk line, lining all side street existing storm drainage pipes, construction of a pump station at 32nd Street, installing a new roadway lighting system as per the latest FDOT standards, and replacing traffic signals at 26th Street and 29th Street. Responsible for administration of the CEI contract. Monitors and inspects the work performed by the contractor to ensure conformity with the plans, specifications, and special provisions. Supervises daily monitoring and inspections, as well as the monthly estimates, invoice review and approval, final estimating, final acceptance and completion of the project closeout. Pedestrian Bridge over Marvin Adams Waterway, Monroe County, Florida: senior bridge inspection for this project that consisted of installation of prestressed concrete beams, cast -in-place approach slabs, deck and end bents, temporary sheet pile, embankment, retaining walls, rip rap, gravity wall, pedestrian bicycle railing, guardrail, sidewalk ramps, detectable warnings, completion of connection to 10 ft. wide asphalt path, landscaping and performance turf. Work included maintaining environmental controls and maintenance of traffic, and all work shown and listed in the Project Drawings and Project Manual. The contractor was required to provide a complete job as contemplated by the project drawings and the project manual. Long Key Bridge Rehabilitation, FDOT District Six, Florida: senior bridge inspector for this bridge inspection project which included the replacement of 12 expansion joint piers. The entire bridge structure is supported by drilled shaft foundation and four drilled shaft foundations placed at each pier was utilized to support the temporary support system (TSS) which supported the bridge during the replacement activities. Responsibilities included daily inspection and observation of all construction activities insuring that the project was constructed according to the plans and specifications. Responsible for maintaining drilled shaft excavation logs and construction logs, monitoring CSL testing requirements, maintaining project logs, and reviewing progress payments with contractor. Also responsible for coordination with the contractor's QC testing consultant as well as performing verification testing, maintaining concrete spread sheet, break test updates, checking the accuracy of plan quantities, maintaining field books and tracking project quantities. Government Cut Utility Relocation, Miami -Dade County, Florida: senior inspector for this project that included the relocation and tunneling of a 20 -inch water main and 54 -inch force main under the port of Miami waterway. Two shafts were constructed. One was assembled at the launching site and one at the retrieval site where a plat form was constructed on marine steel piles and shaft constructed as a compression ring of secant piles. Responsibilities included daily inspection and observation of all construction activities, daily report, and insuring that the project was constructed according to the plans and specifications. MAHMOUD FANS, E.I. Senior Inspector Years of Experience 26 (10 with WSP 1 Parsons Brinckerhoff) Education B.S., Civil Engineering, Florida International University, 1985; Associates of Arts. Miami Dade Community College, 1982 Professional Registration Engineering Intern Qualifications/Certifications/ Training Construction Training/Qualification Program (CTQP): Asphalt Paving Tech Level 1 and II; Drilled Shaft Inspection; Earthwork Construction Inspection Level l and ll; Final Estimates Level I and II; Pile Driving Inspection; Quality Control Manager FOOT and other Certifications/Training: ACI Concrete Field Testing Technician Grade I; ACI Concrete Transportation Construction Inspector; FDOT Concrete Field Inspection Specifications; FOOT Concrete Lab Tech Specification; Critical Structures Construction; ATSSA Florida Advance Work Zone - Traffic Control Plan; Troxler Density Gauge Operator Stormwater Erosion and Sedimentation Control Inspector ON WS PARSONS BRINCKERHOFF State Road (SR) 5 (US 1) Florida City to C-111 Canal -Bridge, FDOT District Six, Florida: senior bridge and roadway inspector for the construction of 10 miles of roadway and four bridges. Bridge inspection included inspecting prestressed concrete pile driving following the approved pile installation plan and driving criteria; maintaining pile driving log; ensuring pile driving plan was followed and preformed pile holes were grouted; inspecting concrete seal pour and foundations; formworks installation and removal; structural concrete and steel placement; concrete deck pouring, finishing, curing and grooving; data entries into LIMS and SiteManager; and lab review of all testing results. Responsible for daily entries and supervision of other inspectors in concrete and approach slab paving operation. Also responsible for coordination with the contractor's QC testing consultant, as well as performing verification testing, maintaining concrete spreadsheet break test updates, checking the accuracy of plan quantities, maintaining field books, and tracking project quantities. Roadway inspection included inspection of concrete, reinforcing steel, drainage, embankment, stabilization, grading, limerick bases, paving, erosion and traffic control, sampling of all materials incorporated into the project, verifying surveyor layout prior to construction, cross -sectioning of demucked zone, signage, and pavement. Card Sound Bridges Rehabilitations Project: Monroe County, Florida: senior bridge inspector/contract specialist for this bridge inspection project which consisted of the rehabilitation of four bridges and the removal and reconstruction of one bridge. Duties included inspecting and testing construction materials, completing daily reports/progress payments, and as -built completion. Responsible for the inspection of pre -stress slab installation and new bridge deck construction, pile jackets installation, major spall repairs on card sound bridge piers and beams including cathodic protection, painting the steel spans, riprap construction, class V finish coat application, carbon fiber beam reinforcement, continuity checks on existing reinforcing steel, and compiling monthly and final estimates preparations, Mahmoud Fahs I Page 2 A WSP PARSONS BR1NCKERHOFF Eduardo Fleites is a civil engineer with 15 years of progressive construction engineering and inspection (CEI) experience on major South Florida projects including the Port of Miami Tunnel and Jewfish Creek/U.S. 1 reconstruction project, both for FDOT District Six, He also has extensive roadway design experience in utility relocation and drainage. Design -Build Reconstruction of Central Bayshore South, City of Miami Beach, Florida: this is an $18 -million design -build roadway reconstruction and streetscape improvements project. The project consists of the removal of encroachments — complete reconstruction of the roadway cross sections including a design profile and cross slope raising the roadbed and minimum road crown elevations to 3.7 feet. Drainage system improvements consist of a new interconnected stormwater system that includes a new pump station east of existing PS#1 at 281h Street and Prairie Avenue, Existing pump stations will be interconnected and retrofitted, including the construction of additional gravity drainage systems, force mains and tidal outfalls. Construction includes 16 -inch and 8 -inch water mains along Prairie Avenue from Dade Boulevard to 341h Street and water transmission relocations, Responsible for administration of the CEI contract. Inspects and verifies the work performed by the contractor complies with the plans, specifications, and special provisions. Performs daily monitoring, as well as monthly estimates and review of final estimates until final acceptance and completion of the project closeout. Previous Experience Prior to joining WSP 1 Parsons Brinckerhoff, Eduardo worked for another South Florida consulting firm. His representative experience is shown below, State Road (SR) 93/Interstate 75 (1.75) Managed Lanes, Segment C, FDOT District Four, Florida: senior roadway inspector on this $85.2 -million design -build project to implement express lanes along 1-75 from south of Miramar Parkway to south of Sheridan Street. This is one of five projects within this District Four corridor that runs from NW 170th Street in Miami -Dade County to 1-75 in Miami -Dade County. The project calls for construction within the existing 166 -foot -wide median, a four -lane divided toll road. Project also includes construction of a new bridge over 1-75 at Pembroke Road and replacement of the existing Miramar Parkway overpass bridge including the total reconstruction of the interchange. Englewood Storm Sewer Phase 3 Improvements and Beautification Project, City of Miami, Florida: senior roadway inspector on this $1.4 -million project consisting of new drainage exfiltration trenches installation, milling and resurfacing, sidewalk reconstruction and pavement striping from SW 32nd Avenue to SW 27th Avenue and between SW 16th Terrace to SW 20th Street. Port of Miami Tunnel (POMT) Design -Build Project, FDOT District Six, Miami, Florida: roadway inspector on this first of his kind in project in South Florida that mainly consisted of construction of two 40 -foot diameter bored tunnels (TBM) under Biscayne Bay to connect the mainland from Watson Island to the Port of Miami in Dodge Island. The tunnels were approximately 3/4 mile long. In charge of the inspection and supervision of all the roadway construction operations on Watson Island – inside tunnel- and Dodge Island that included drainage improvements, subgrade, limerock base, Cement -Treated Base (CTB) material placement inside and outside the tunnel, guardrail systems, water mains and sewer (force mains and gravity mains), micro - tunneling operations, directional boring operation, MSE walls, concrete retaining wall, EDUARDO FLEITES Senior Inspector Years of Experience 16 (<1 with WSP 1 Parsons Brinckerhoff) Education B.S., Civil Engineering, Polytechnic University Jose Antonio Echeverria, Cuba, 2000 Qualifications/Certifications/ Training Construction Training/Qualification Program (CTAP): Asphalt Paving Tech Level I and 11; Concrete Field Tech Level I and 11; Earthwork Const lnsp Level I and II; Final Estimates Level I and II; Drilled Shaft Inspection; Pile Driving Inspection FDOT and other Certifications/Training: ACI Concrete Field Testing Technician, Level l; ACI Concrete Transportation Const. Inspector; Advanced Maintenance of Traffic; FDOT Critical Structures Construction Issues; FDOT Materials Acceptance & Certification System (MAC); FDOT Concrete Specifications; FDOT MSE Wall Inspection; Florida Stormwater, Erosion and Sedimentation Control Inspection; IMSA Traffic Signal Level 1; Troxler Nuclear Gauge Safety Training j; WSP PARSONS BRINCKERHOFF drilled shafts, pile driving, overhead signs, signing and marking (striping), ITS Systems, signalization, lighting, MOT supervision, landscaping, asphalt pavement and concrete pavement construction. SR 836 and SR -826 Interchange, FDOT District Six, Miami, Florida: as verification testing/quality control (VT/QC) inspector, responsible for inspection of the pile driving operations. Downtown Beautification Project, City of Miami, Florida: senior roadway/VT inspector on this $4 -million project that consisted of the reconstruction of SE/SW 1st and 2nd Streets from Biscayne Blvd. to SE 3rd Avenue and NE 1st, 2nd and 3rd Streets from Biscayne Blvd. to NW 3rd Avenue in the Miami downtown area. The projects included inspection of curb and gutter and sidewalks demolition and replacement, street light installation, landscaping and milling and resurfacing. Also prepared all project documentation to assist in review and approval of contractor's progress payments. Projects 40027 and 40033, Miami -Dade Expressway Authority (MDX), Miami, Florida: oversaw construction operations for guardrail and maintenance improvement projects on the SR 836, SR 878, SR 874, SR 924 and SR 112 corridors. In charge of all inspection for installation and maintenance of new guardrail components, MOT supervision and preparation of all project documentation to assist in review and approval of contractor's progress payments. SR 84 Improvements from 1-95 to SR 5 U.S. 1, District Four, Broward County, Florida: senior roadwayNT inspector who supervised all roadway construction operations including drainage improvements; drilled shafts; signalization; lighting; MOT; and subgrade, limerock base and asphalt pavement construction for this $5 -million project out of the Broward County residency. Jewfish Creek Bridge and Widening Six Miles of U.S.1 in Monroe County from Key Largo to the Miami/Dade County Line, FDOT District Six, Florida: roadway/bridge inspector VT: This 1.75 -mile bridge featured a 78 -inch Florida Bulb -Tee superstructure on a foundation supported by drilled shafts. This high-rise bridge crossing the Intracoastal Waterway replaced an aging double -leaf bascule bridge at Jewfish Creek. The roadway widening included cement stabilization of the existing causeway which consisted of dredged fill material. This cement -stabilized embankment supports a 10 -foot paved shoulder to be used as a new evacuation route during hurricane events. Also included in the road widening are several miles of seawall bulkheads, relocating two miles of a 36 - inch water main for the Florida Keys Aqueduct Authority and building a continuous median barrier wall creating a no passing zone to control the numerous head-on collisions which occur on this busy section of highway. Responsible for daily Inspection of all roadway activities in addition to the following foundation (drilled shaft), substructure and superstructure inspection. SR 9 (1-95) from 12th Avenue south to 10th Avenue north, FDOT District Four, Palm Beach County, Florida: QC inspector principally involved in performance of earthwork, pipe backfill, roadway and bridge substructure concrete sampling and testing. Kept density log book up to date. Ensured all materials incorporated into the project had appropriate certification. Reconstruction of Biscayne Blvd. from NW 36TH Street to NE 67TH Street, FDOT District Six, Florida: roadwayNT inspector responsible for drainage inspections, pipe backfill, concrete base, concrete construction and asphalt pavement. Hurricane Wilma Relief Operations, Miami -Dade and Broward Counties, Florida: roadwayNT inspector responsible for inspection of signalization and lighting systems. Produced daily reports and maintained record of field quantities and contractor's operations. NW 37 Avenue Transit Access Road 24 -inch Force Main, Miami -Dade County, Florida: designed and inspected a 24 -inch force main along the Transit Access Road from NW 25 St to NW 28 St. The project included construction of 2,000 linear feet of a 24 -inch force main that serves the City of Miami Springs. The existing meter P-10 was relocated as part of this project. NE 103 Street / SR 932, 16 -inch Water Main, Miami -Dade County, Florida: designed and inspected a 16 -inch water main along NE 103 Street from NW 7 Avenue to NE 6 Avenue. The project included 8,000 linear feet of a 16 -inch water main, the installation of 143 water service lines with corresponding water meters and 18 new fire hydrants. Eduardo Fleites I Page 2 VIIWSni PARSONS r GRIN KERHOFF Victor Zarzuela has four years of construction -related hands-on experience in construction engineering and inspection (CEI) on limited access facilities, construction management and project documentation. His experience includes serving as a roadway and aviation inspector, as well as estimator and quality control inspector. He has experience inspecting, supervising and performing final acceptance of concrete, earthwork operations, MSE wall, drainage construction particularly pipe backfill and roadway reconstruction and milling and resurfacing operations on various Florida Department of Transportation (FDOT) projects. He also has experience supporting a design -build team with the construction oversight, permitting (bacteriological test/pressure test), and acceptance for replacement of approximately 46,000 linear feet of undersized water main within the City of Miami, as well as in the design and construction of improvements and replacement of the wastewater pump station. SR 874 Ramp Connector to SW 128th Street, Miami -Dade Expressway Authority (MDX), Florida: inspector for the MDX ramp bridge connectors from SR 874 (Don Shula Expressway) to SW 128th Street and the reconstruction of SW 128th Street from west of Florida's Turnpike Enterprise (FTE) to west of SR 825/SW 137th Avenue. The objectives of the project are to improve east -west and north -south mobility from the southwestern suburbs to the urban employment centers in Miami -Dade County and improve access to the existing expressway system from southwest Miami -Dade County, a densely populated and rapidly growing area. Responsible for the CEI contract, that includes the inspection and verification of the work performed by the contractor to be in compliance with the plans, specifications, and special provisions of the construction contract. Performs daily monitoring, as well as the monthly estimates, and reviews final estimates until final acceptance and completion of the project closeout Previous Experience Prior to joining WSP I Parsons Brinckerhoff, Victor worked for another South Florida consulting firm, as well as Miami -Dade County. His representative experience is shown below. Consent Decree (CD) Program Task Order, Miami Dade Water & Sewer Department (MDWSD), Miami Florida: senior inspector for a countywide water collection transmission systems program as part of the $1 .6 -billion EPA CD program team. Oversaw more than 10 projects with force main replacement and pump station replacement/rehabilitation scopes, from the pre -construction stage to substantial completion/closeout stage. Oversaw, inspected and performed monthly, final estimate and final acceptance of 15,000+ linear feet of force main/road reconstruction. Design -Build Reconstruction of Lower North Bay Road, City of Miami Beach, Florida: senior inspector on this $14 -million roadway reconstruction project that included installation of a new storm water drainage system and a pump station, seawall construction, a new 12 -inch water main and lining installation of the existing sanitary sewer. Responsible for daily monitoring and inspection, as well as the monthly estimates, final estimating and final acceptance and completion of the project. Fort Lauderdale Airport South Runway Expansion Project, Broward County Aviation Department, Florida: senior inspector on this $798 -million project involving more than 4 million cubic yards of backfilled/compacted embankment. Responsible for the installation/final estimating/final acceptance of: VICTOR ZARZUELA Inspector Years of Experience 4 (<1 with WSP I Parsons Brinckerhoff) Education B.S., Civil Engineering, Florida International University, 2013; A.A,, Civil Engineering, Miami Dade College, 2010 Qualifications/Certifications/ Training Construction Training/Qualification Program (CTAP); Asphalt Paving Tech Level I and II; Concrete Field Tech Level I; Earthwork Const Insp Level I and II; Final Estimates Level I; Drilled Shaft Inspection FDOT and other Certifications/Training: ACI Concrete Transportation Construction Inspector Certification Level 1; Advanced MOT Certified; Florida Stormwater Erosion and Sedimentation; Control Certification Inspector; Troxler Nuclear Gauge Safety; FDOT Critical Structure Construction Issues Self Study; MSE Wall Inspector Self Study; Auger Cast Piles Self Study 1■WSP PARSONS 6RINCKERHOFF • 200,000 ft2 of MSE retaining walls • over 500,000 yard2 of 6" thick concrete treated base (CTB) with 500,000 yard2 of subgrade • over 35,000 linear feet of reinforced concrete pipe ranging from 18" to 102" in diameter for the use in stormwater system • over 200,000 yard2 of 16.5" thick Portland Cement Concrete Pavement (PCCP) • 200,000 Yd2 of 36" diameter Vibro Rod Stone Columns @12' O.C. spacing Responsible for the installation/final estimate/final acceptance/monitoring on over 300 sediment plates for embankment settling monitoring. Oversaw QAMT personnel of up to seven technicians. Responsible for the inspection/final estimate/final acceptance of: • All construction activities of the limited access braided ramp roadways from FLL airport connecting to 1-595 and to U.S. 1 northbound Responsible for final estimate/final acceptance (with the use of GPR and SPT to determine ground voids and required compaction rates were achieved) on the dynamic compaction of 500,000 yard2 (using MVT method), and 50,000 yard2 (using standard weight drop method). Shenandoah Area Water Main Replacement Design -Build, MDWSD, Miami, Florida: staff engineer who supported the design -build team with construction oversight, permitting (bacteriological test/pressure test), and acceptance for replacement of approximately 46,000 linear feet of undersized water main within the City of Miami. The team was tasked with designing a $8 - million new water distribution/service system for the southern section of the Shenandoah neighborhood, an area covering approximately 335 -acres with more than 1,000 homes, a middle school, and a public park. The project improved water service and fire protection for residences in the area by replacing the existing 2-, 4-, and 6 -inch water mains with new 8 -inch water mains and fire hydrants. The new water mains were installed within the roadway right-of-way for ease of access, thus eliminating the existing water mains located in an inaccessible easement behind the Shenandoah residential properties. Pump Station 0449, Pump Station Improvement Program (PSIP), MDWSD, Miami, Florida: staff engineer involved with engineering analysis, design, cost estimating, and construction of improvements to replace a wastewater pump station and associated force main. Brought the facilities into compliance with the EPA CD and within DERM operational parameters. Services included site investigations and planning, demolition of existing facilities, design of a new wet well type station, with higher capacity submersible pumps, civil/site, piping, fencing, and temporary generator improvements. 1-595 P3 Corridor Project Quality Control Field Testing, FDOT District Four, Broward County, Florida: QA/QC engineer who performed quality control inspections during the installation of drilled shafts as part of the 1-595 Corridor Project Quality Control Plan. Complied with FDOT Specifications for recording the drilled shaft installation records, including project specific FDOT CSL tubes/reinforcing steel and slurry testing forms. Performed drilled shaft field services in accordance with the Foundation Plan, FDOT 2007 Standard specifications for Road and Bridge Construction, Section 455; Supplemental Specifications and Technical Special Provisions for the project. Observations and recordings included: shaft excavation and cleaning, reinforcing cage, and concrete placement. Construction Materials Testing Laboratory, Hollywood, Florida: staff engineer who participated in inspection and accreditation of the construction materials testing laboratory, laboratory assessments, quality system evaluations, and proficiency testing samples for laboratories testing in concrete. Also provided soil foundations and geotechnical services at SW 278th Street and SW132nd Avenue, under E09 -PW -02 contract (Miami Dade County Public Works Dept.). Responsibilities included proctor and density testing. Victor Zarzuela !Page 2 WSP PARSONS f3RINCKERMOFF Hernan Baez is developing a thorough understanding of his role as a construction engineering and inspection (CEI) inspector after gaining hands-on experience as a contractor. He is proficient with the following software programs: MathCAD, Microsoft Office Suite, SAP 2000, Visual Analysis, ETABS and AutoCAD. Design -Build Reconstruction of Indian Creek Flood Mitigation Project, City of Miami Beach, Florida: This is a $25 -million roadway reconstruction and drainage improvement project along SR AIA, Indian Creek Drive from 41th Street to south of 26th Street. The scope includes the installation of a 72 -inch drainage trunk line, lining all side street existing storm drainage pipes, construction of a pump station at 32nd Street, installing a new roadway lighting system as per the latest FDOT standards, and replacing traffic signals at 26th Street and 29th Street, Responsible for the CEI contract that includes the inspection and verification of the work performed by the contractor to be in compliance with the plans, specifications, and special provisions of the construction contract. Performs daily monitoring, as well as the monthly estimates, and reviews final estimates until final acceptance and completion of the project closeout. Previous Experience Prior to joining WSP 1 Parsons Brinckerhoff, Hernan's representative contracting and inspection experience is shown below. Barceloneta Plant, Abbvie Biologics, Puerto Rico: as project engineer, responsible for daily construction, project documentation, meetings, and purchase operations. The scope of work involved steel structure, foundations, earthwork, plumbing, roofing work, electrical work, dry walls, and concrete work. Arecibo Plant, General Electric, Puerto Rico: as mechanical project engineer, responsible for subcontractors; ductwork; test and balance; rigging plan; air handling units installation and start up; plumbing system such as compressed air, cooling water, sanitary water, potable water, storm water, and fire sprinklers; 200,000 gallons fire protection tank installation; fire protection pump installation; and process water double containment PVC pipe. Prepared daily reports, RFIs, submittals, change orders, take off, and turn over package. Collaborated with the commissioning and the LEED project certification. San Juan Capestrano Hospital, Puerto Rico: the project scope covered installation of: potable water, plumbing fixtures, sanitary water, water heater, 40 -ton air handling units, propane gas line, pump lift station, ductwork, fire rate fixtures, fire/smoke dampers, fire stopping, and tamper proof fixtures. Traffic Studies, Puerto Rico: performed road intersection studies to improve traffic flow, pedestrian flow, and signal timing. 66 -inch Prestressed Concrete Potable Trunk Reparation, Puerto Rico: inspector for potable water concrete pipe replacement. Responsible for construction work and work site inspection, ensuring compliance with applicable plans, specifications, codes, permits and safety. Prepared daily inspection reports. Reviewed the material submittals as required. Sanitary Trunk Sewer Rehabilitation, Puerto Rico: inspector for a sanitary trunk sewer rehabilitation using cured -in-place pipe liner (CIPP). Ensured construction compliance with drawings, specifications, codes, permits and safety. Prepared daily inspection reports and reviewed the material submittals as required. HERNAN BAEZ, El Inspector Years of Experience 3 (<1 with WSP 1 Parsons Brinckerhoff) Education B.S., Civil Engineering, Polytechnic University of Puerto Rico, 2013 Professional Registrations Engineering Intern: Puerto Rico, 2016, (27328) Qualifications/Certifications/ Training FDOT and other Certifications/Training: 30 -Hour OSHA General Industry; 30 -Hour OSHA Construction Industry; Digital Marketing by GE; Lean Six Sigma Basics; Troxier Nuclear Gauge Safety H. Perez ASSOC!' onsulting Engineers, Inc... Antonio Ramos CEI Roadway Inspector POSITION; CEI Roadway inspector' OFFICE LOCATION 9594 NW 41st Street, Suite 201 Doral, Florida 33178 AVAILABILITY; 07/2017 Email: aramas@p-a.cc AREA OF CONCENTRATION: Construction Engineering & Inspection YEARS OF EXPERIENCE: 10 EDUCATION; High School Diploma - Hillsborough High School TIN: R520-000.88-084.0 CTQP QUALIFICATIONS; Asphalt Paving, Level 1 Earthwork Inspection, Level 1 &2 Concrete Drilled Shaft Concrete Field Technician, Level 1 Final Estimates, Level 1 OTHER CERTIFICATIONS: ACI M Concrete Field Technician, Grade 1 FIU Intermediate MOT FDEP Stormwater, Erosion, and Sediment Control Inspector FDOT — Concrete Specs FOOT - Critical Structures Construction Issues FDOT MSE walls construction self study course FDOT -- Auger Cast Piles construction self study course Troxler - Nuclear Gauge Safety Training Certification Troxler - HazMat Certification CSX/SFRTA Railroad Worker Safety Training (2016) Mr, Ramos has 10 years of roadway and bridge construction experience. He is experienced in the operation of heavy machinery on FDOT projects for the first four years in the construction industry and since then been a Quality Control Technician/Roadway Inspector for both FDOT and MDX projects. Mr. Ramos has the knowledge of constructing roadways and bridges from the construction side of the business, as well as the Quality Control and Inspection. C. H. Perez & Aso ;es onsulting Engineers 108/2015 Present ROADWAY INSPECTOR Mar -2016 — Present FTE - FPID #423372-2; Florida's Turnpike (HEFT Section) widening from SW 288th St. to SW 216th St. (7 miles), Miami -Dade County Project consists of the construction of express lanes (1 northbound and 1 southbound) in the median area of the HEFT (SR 821). Median is to be demucked to cap rock. 33,200 LF of 22' sound walls, Major drainage work in the express lanes, New lighting system and relocation of existing ITS fiber backbone system. Upgrade of all existing ITS fiber from 96 single mode to 144 single mode, Construction of 2 wet ponds. Widening of the northbound SR 821 bridge (Bridge No, 870382) over SW 137th Avenue (Tallahassee Road). Widening of the southbound SR 821 bridge (Bridge No. 870175) over SW 112th Avenue (Allapattah Road). Upgrade of bridge expansion joints, guardrail at bridge approaches, traffic railings and other miscellaneous maintenance/construction on existing bridges. Design and construction of one (1) mainline toll gantry and equipment buildings. Construction of stormwater management elements in compliance with SFWMD permit. Installation of appropriate signing as shown in the Conceptual Signing Master Plan. Preserve effective, adequate and reasonable locations within the Project limits and existing right of way for a future landscaping project to install a landscaping plan that satisfies the "Bold Landscaping" requirements as set forth by the Department, Milling and resurfacing throughout project limits. D -B Cost: $70 million. FTE Contact Person: Pacifico Castillo, PE, Construction Project Manager, (954) 444-8050 ROADWAY INSPECTOR Aug -2015 — Mar -2016 FDOT D4 - FPID #421707-4; 1-75 Express Lanes Segment C from south of Miramar Parkway to south of Sheridan Street (3.7 miles), Broward County Project consists of the construction of express lanes (2 northbound and 2 southbound) in the median area of 1-75 with ingress and egress points, including demucking all areas to cap rock, two (2) new bridges over 1-75 at Miramar Parkway and Pembroke Road, 8,700 LF of 22' high sound walls, major drainage in the express lanes, C-4 Canal, and Miramar Pkwy interchange, pond excavation for new retention basins and utilizing the excavated material for embankment on the project, ITS, two (2) toll facilities, lighting along 1-75 express lanes and general purpose lanes, overhead sign structures, and reconstruction of Miramar Pkwy from Dykes Rd to SW 148th Ave. including new base and asphalt pavement, curb and gutter, sidewalk, lighting, traffic signals, signing, and striping. D -B Cost: $85,2 million. FDOT Contact Person: Antonio Castro, PE, Construction Project Manager, (954) 448-2905 Construction Testing & Inspection 110/2007 - 08/2015' QUALITY CONTROL INSPECTOR Mar -2013 — Aug -2015 FTE - FPID #431281.1.52.01, Florida's Turnpike Enterprise All Electronic Tolling (AET) Phase 5B Sawgrass Expressway, This $40 million project includes implementation of All Electronic Tolling at the Sawgrass Expressway. Responsibilities: observe and record all construction operations. Prepare, record all densities, and maintain the QC density logbook. Sample and test all materials being incorporated into the project. Record all depth checks and cores for all new construction, Oversee entire project for Quality in accordance with FDOT Specs. Contact Person: Bengie Sotomayor, Target Engineering Group, (786) 295-4407 QUALITY CONTROL INSPECTOR Aug -2012— Mar -2013 MDX — MDX Project No. 87409.030, Design -Build project for State Road 874 / Don Shula Expressway Roadway Improvements from SR 94 / SW 88th St. to SR 826. Lead QC Technician Resume Page 1 of 2 C. H. Perez & Associiates Consulting Engineers, Inc. IMSA - Traffic Signal Inspector Level 1 Resume Antonio Ramos CEI Roadway Inspector responsible for quality control testing, construction inspection, field documentation of earthwork construction, installation of drainage, MSE Wall construction, cast -in-place walls, sodding, lighting, and overhead sign structures. Test and record all densities and concrete for the entire project. Contact Person: Ian Castro, Target Engineering Group, (786) 333-9271 QUALITY CONTROL INSPECTOR Jun -2012 — Aug -2012 FDOT D6 - FPID #425644.1.52-01, SW 72nd Street / Sunset Drive mainline construction improvements from SW 69th Ave. to SW 84th Ave. Lead QC Technician responsible for quality control sampling and testing, construction inspection, and documentation of earthwork activities. Test and record all densities and concrete for the entire project. Contact Person: Armando Rodriguez, FDOT D6 PA, (786) 278-0728 QUALITY CONTROL INSPECTOR Mar -2012 — Jun -2012 FDOT D4 - FPID #421659.2-52-01, Hollywood Blvd. mainline roadway and drainage improvements from State Road 441 to SW 44th Ave. Lead QC Technician responsible for quality control sampling and testing, construction inspection, and documentation of earthwork activities. Project featured extensive installation of new drainage system, new curb & gutter and sidewalk, median, and widening of mainline and shoulders. Responsible for sampling, testing, and recording all densities and concrete for the entire project. Contact Person: Leo Gutierrez, The Corradino Group, (305) 216-4566 QUALITY CONTROL INSPECTOR Oct -2011 — Mar -2012 FDOT D4 - FPID #421616.1.52.01, SR824 - Sample Road. Project includes milling and resurfacing, widening, major signalization and lighting improvements, including 20 drill shafts and mast arms and over 32 new light poles, gravity wall construction, and field documentation of earthwork construction. Contact Person: Richard Yong, F & J Engineering, (305) 978-8149 QUALITY CONTROL INSPECTOR Jul -2011 — Oct -2011 FDOT D4 - FPID #414561.1.52.01, 1-75 Roadway and Bridge Improvements from Miami- Dade/Broward County Line to Miramar Parkway. Lead QC Technician responsible for density logbook record keeping and densities of all roadway widening activities. Responsible for inspection and sampling and testing of all reinforcing steel and concrete materials incorporated for the cast -in- place walls, Contact Person: Miguel Oliveiro, GBF Engineering, (954) 789-0598 QUALITY CONTROL INSPECTOR Mar -2009 Jul -2011 FDOT D6 - FPID #249581.1.52-01, SR 826 & 836 Roadway Improvements from Flagler Street to N.W. 25th Street, FDOT certified heavy machinery operator - Operated Bulldozer, Excavator, Backhoe, Frontend Loader and Bobcat. Responsible for clearing and grubbing, demucking, backfilling for embankment, pipe backfill, MSE Walls, subgrade, and base operations, Contact Person: Abraham Nunez, Roadway Superintendent, Condotte America, (305) 525-0613 QUALITY CONTROL INSPECTOR Oct -2007 — Mar -2009 FTE — Florida's Turnpike HEFT at N.W. 74th Street new on -ramps and off -ramps to N.B. and S.B. Turnpike. FDOT certified heavy machinery operator - Operated Bulldozer, Excavator, Backhoe, Frontend Loader and Bobcat. Responsible for clearing and grubbing, demucking, backfilling for embankment, pipe backfill, subgrade, and base operations. Responsible for excavating for new lake on off -ramp. Contact Person: Adalberto Torres, Roadway Superintendent, Condotte America, (786) 344-4729 Page 2 of 2 A,WSP PARSONS BRINCKERHOFF Paul Smith has provided construction management services for numerous bridge, office, aero propulsion, commercial and power plant facilities. Specializing in project administration, final claims preparation and settlement and litigation support, his responsibilities included change order preparation, shop drawing review, proposal preparation and negotiation. Paul's project assignments have included resident engineer, project manager, program director, project engineer/project administrator, claims analyst and peer review. This work included document discovery review, dispute resolution, presentations to dispute review boards, development of arguments and presentation strategies, value engineering analysis, contractor performance evaluation, preparation of expert opinions for litigation and schedule reviews including "as -built, but for" developed true as-builts from inspectors' daily reports for a wide variety of tunnel, roadway, bridge and airport projects. State Road (SR) 874 D -B Ramp Connectors, Miami -Dade Expressway Authority (MDX), Miami, Florida: scheduler for the MDX ramp bridge connectors from SR 874 (Don Shula Expressway) to SW 128th Street and the reconstruction of SW 128th Street from west of Florida's Turnpike Enterprise (FTE) to west of SR 825/SW 137th Avenue. The objectives of the project are to improve east -west and north -south mobility from the southwestern suburbs to the urban employment centers in Miami - Dade County and improve access to the existing expressway system from southwest Miami -Dade County, a densely populated and rapidly growing area. SR 72 (Stickney Point) from East of SR 758 to West of Beachwood Avenue, FDOT District One, Siesta Key, Florida: served as scheduler for the construction engineering and inspection (CEI) for the $5.5 -million rehabilitating of the two bascule bridges and approach spans over the Intracoastal Waterway (ICWW) connecting SR 72 to SR 758 (Midnight Pass Road) on Siesta Key. Responsibilities included the review of the original schedule and recommended approval, subsequent updates for conformity with project specifications. Wells Street Bridge Rehabilitation, Chicago Department of Transportation, Chicago, Illinois: served as project manager, schedule and claims mitigation manager for this historic double -decked bridge in downtown Chicago that carries vehicular and pedestrian traffic from the River North area into the Loop as well as the Brown and Purple "L" lines across the main branch of the Chicago River. The project consisted of complete structural and electrical rehabilitation of a two-level bascule bridge, mechanical rehabilitation of the Center and Heel locks, lead paint removal and painting of the entire bridge as well as a complete renovation of the bridge house. The electrical rehabilitation consisted of converting the power supply for the north leaf from CTA supplied DC feed to a new 480V 3 phase 800 A service from Com Ed. Card Sound Road Bridge Rehabilitation, Monroe County, Florida: project manager for the completion of the repairs on Card Sound Road Bridge and several small bridges. Responsible for project management including monitoring the progress of the contractor and the inspection of all aspects of the rehabilitation including painting, pile jacket removal and installation, flat slab bridge replacement, spall repairs, crack injections and handrail replacements. Jewfish Creek Bridge (U.S. 1) Design -Build (D -B) Reconstruction, FDOT District Six, Key Largo, Florida: reviewed schedules and assisted project manager on schedule issues and changed condition issues associated with this $152 -million D -B project. Reviewed and commented on baseline schedules prior to acceptance by the Department. As a technical resource, he provided services on an as -needed basis. PAUL SMITH, PE Scheduler/Claims Years of Experience 48 (24 with WSP ( Parsons Brinckerhoff) Education B.S., Civil Engineering, University of Maine, 1968 Society of American Value Engineers (SAVE), Module I Value Engineering Workshop Professional Registrations Professional Engineer: Florida (42403) and five other states Construction Training/Qualification Program (CTQP): Asphalt Paving Level I; Earthwork Construction Inspection Level I and II; Quality Control Manager Other Certifications/Training: Advanced Maintenance of Traffic; Association of Drilled Shaft Contractors (ADSC); American Welding Society (AWS); American Society of Civil Engineers (ASCE) Critical Structures Construction Heavy Movable Structures, Inc,; OSHA 10 -Hour Safety ANIS P PARSONS BRINCKERHOFF North Texas Tollway: reviewed baseline schedules as submitted for compliance with specifications and plans. Provided monthly review and analysis of the updates that were submitted. This assignment had two separate contracts. The projects started in the late fall of 2008 and were complete in 2011. The bridges were founded on small diameter drilled shafts three inches and 75 feet deep with shaft caps installed above. As this was upland, no seal slabs were required. Crosstown Commons, Minneapolis, Minnesota: provided schedule review only and assisted with claims and schedule issues for the reconstruction of TH62 and 1 35W. The project consisted of completely redoing 15 interchanges and adding noise walls. It included reviewing the initial base line schedule to assure that it was in compliance with the MN DOT standards and reviewing the bi monthly schedules for accuracy and consistency as well as attending monthly schedule meetings. The project was completed in the fall of 2010. This project had some 90 noise walls and MSE walls, many were tied into the existing ground. South Carolina State Ports Authority: this project is for the reconstruction of Bambridge Island into a new container terminal. Paul took the plans and developed a schedule as a contractor would, to assure the client that the work could be completed in the specified time frame allotted. The container area required wick drains and a settlement period for the upland portion of the terminal; however the pier side required installation of sheet piling coffer cell and then moving dredge material into the cell to create the pier. U.S. 70 Las Cruces, New Mexico: as part of a team, Paul developed schedules and cost analysis to refute two claims that a contractor had submitted, as an assignment working with the New Mexico Department of Transportation. The projects converted a four -lane rural stretch of highway from Interstate 25 east to White Sands Missile range to a four -lane divided highway with frontage roads, This included the construction of 18 bridges. The contractor claimed $14 million in damages on the two projects valued at $40 million. Paul was a key presenter before the Claims Review Board (CRB). He also wrote the rebuttal position for the department. He also prepared and presented the state's position in the CRB Hearing, and hearings held in May 2007 and June 2008. The boards determined the damages incurred by the contractor were $1.3 million. Paul served as an expert witness and the claim was settled prior to going to court. Links Phase 1, Tampa, Florida: developed a tentative construction schedule from project documents for WSP 1 Parsons Brinckerhoffs successful pursuit of the CEI work. The schedule took into account multiple traffic phases and traffic restrictions in determining the best way to build the job, demolition of existing structures in an urban environment. Estimated value is $165 million. with a duration of 2,060 days. Fort Washington Way, Cincinnati, Ohio: on the reconstruction of 1-71 and 1-75 through downtown Cincinnati, Paul served as member of the claims team evaluating the claims submitted by the contractors for alleged extra costs involved. Paul was responsible for defense strategy and document control for the records provided. Sunshine Skyway Bridge, Palmetto, Florida: developed a detailed schedule worked closely with the Department's maintenance engineer to assure that the work could be done as planned. Discussed the schedule with two of the potential contractors and explained the rational which was sound from the contractor's prospective. Drafted portions of the Technical Special Provisions. Tampa Downtown Interchange 1-275 and 1-4, Tampa, Florida: developed a construction schedule to determine the contract duration for the FDOT. Reviewed the drawings as a contractor would and accounted for the many different constraints placed on the contractor from events, weather and traffic conditions. Accounted for traffic phases and work-arounds for all of the new bridges to be constructed, and removal of existing structures on the interchange of two existing interstate routes. Estimated value $150 million with a duration of 1,500 days. Interstate Route H-3, North Halawa Valley Viaduct, Oahu, Hawaii: reviewed major claims that the local staff could not resolve with the contractor, analyzed issues and worked toward resolving claims with the contractor for the largest public works construction project in Hawaii's history. WSP 1 Parsons Brinckerhoff served as design management consultant for a 10.7 -mile segment of the 16 -mile four -lane interstate connecting the windward and leeward sides of Oahu. WSP 1 Parsons Brinckerhoff was involved with the H-3 project since the planning stages in the mid-1960s, and has since provided environmental, preliminary engineering, alignment modification, final tunnel and intelligent vehicle highway system (IVHS) design, design management, and construction management services. The H -three project encompasses the Trans -Koolau Tunnels, two 1 -mile, 43 -foot -diameter highway tunnels; two 300 -foot - long cut -and -cover tunnels; four one -mile concrete segmental viaducts; three miles of bridges; seven miles of construction access roads; and three major interchanges. WSP 1 Parsons Brinckerhoff, in joint venture, served as construction manager for the Trans- Koolau Tunnel. Paul prepared the presentation for the DRB in conjunction with the state inspection staff and the engineer of record. Paul Smith 1 Page 2 Ai WSP PARSONS BRINCKERHOFF Ted Lebida is the estimating manager of the Project Controls Technical Resource Center responsible for overall guidance and supervision of approximately 20 estimators located throughout the U.S. He is also a senior supervising estimator with 43 years of experience in producing estimates ranging from Order -of -Magnitude to contractor type estimates for conventional and alternate delivery methods for heavy, highway, power and marine construction projects. He has overseen project estimating staffs assigned to construction projects ranging from $500k to more than $B+ for highways, transit systems, bridges, and commercial / industrial facilities. In addition, Ted has participated in a number of value engineering studies and risk workshops for transportation projects in the design phase. Representative project experience is described below. Ted has a working knowledge of Timberline and HCSS Heavy Bid estimating software used for preparation of crew based estimates. Interstate 395 (1-395) Reconstruction, Miami, Florida:: prepared conceptual cost estimates. Structures involved tunnels, boat sections, viaducts and at -grade highways. Port of Miami Tunnel, Miami, Florida: prepared immersed and extended immersed tube tunnel estimates for the project including risk analysis of construction methods. Prepared progress, replacement and O&M cost estimates during preliminary design stage for this design, build, operate and maintain project. Prepared final estimate and comparison and analysis of concessionaire's proposals with presentation of findings to client staff in public forum. Walk Bridge Project, Norwalk, Connecticut: owner's estimator for this construction manager/general contractor (CMGC) project. Prepared progress and final bid estimates and reconciled with contractor for various contract packages. Also participated in risk workshops. The project includes the replacement of the Walk Bridge — an existing railroad bridge (No. 04288R), which carries four Metro -North Railroad tracks over the Norwalk River. The bridge was built in 1896 and is a truss swing bridge with three fixed spans (two on the west and one on the east side of the swing span) and one moveable span. Total length is 565 feet. Harry Nice Bridge over Potomac River, Between Maryland and Virginia: prepared comparative estimates for various structure types for replacement/reconstruction of existing bridge. Prepared estimate to assess cost for disposal of dredged material for project. Winona Bridge Project over the Mississippi River, Winona, Minnesota: owner's estimator for this CMGC project. Prepared progress and final bid estimates and reconciled with the contractor for various contract packages. Also participated in risk workshops. The project includes the construction of: New Bridge 85851, a concrete box girder bridge spanning the Mississippi River and roadway work on approaches. State Route (SR) 260, Project Arizona: independent estimator for this 15 -mile Arizona DOT project with small bridges and roundabouts. Prepared estimates utilizing HCSS heavy bid software, 1-84 in Downtown Hartford, Hartford, Connecticut: prepared conceptual estimates for five alternatives for replacement of 1-84 through downtown Hartford. Also participated in risk workshops conducted with the design team and client. Portsmouth Naval Shipyard, Kittery, Maine: prepared progress and final cost estimates for reconstruction of bridge into Portsmouth Naval Shipyard. Ted Lebida Estimator Years of Experience 43 (16 with WSP Parsons Brinckerhoff) Education B.S., Roger Williams University Professional Affiliations Construction Management Association of America (CMAA) WSP PARSONS BRINCKERHOFF TH53 Highway Relocation, Virginia, Minnesota: prepared independent planning level estimates for various alternative highway relocations for TH53. Kosciuszko Bridge, Brooklyn & Queens, New York: prepared detailed estimate for bridge structure and associated improvements and demolition of existing structure. Also prepared detailed estimate for shipping and handling the precast sections and dock facility for this design -build project. Participated in Cost Estimate Review (CER) with client and FHWA. Whitter Bridge Replacement Program, Newburyport, Massachusetts: prepared estimates ranging from Order of Magnitude to detailed Engineer's Estimate for this $300M+ bridge replacement and highway widening project utilizing design -build as a delivery method, Also participated in CER with client and FHWA. Dominion Boulevard Improvement Project, Chesapeake, Virginia: prepared progress and final estimates for converting approximately three miles of two-lane, rural roadway into a four -lane limited access principal arterial and replacing the existing bascule bridge with a one -mile, high-level fixed span bridge. 1-77 High -Occupancy Toll (HOT) Managed Lanes Study, Charlotte, North Carolina: reviewed estimates prepared for this approximately 26.5 -mile project. Typical work included highway widening, reconstruction and bridge widening or replacement. 1.90 Two -Way Transit and High -Occupancy Vehicle (HOV), Seattle and Mercer Island, King County Mt. Baker Ridge Tunnel (MBRT) and the Mercer Island Tunnel (MIT): led group of estimators to perform review of progress estimates prepared by design consultant. St. Croix River Bridge Crossing, Stillwater, Minnesota: prepared estimates from schematic through various progress levels for a 5,040 -foot bridge that will be a segmental concrete bridge comprised of 3,460 feet of extradosed river spans and 1,580 feet of approach spans. 1-15 Constructability Report, Salt Lake City, Utah: participated in constructability workshop and prepared estimates for various options to rebuild and widen approximately 26 miles of 1-15. 1-94 Managed Lane Study, Minneapolis, Minnesota: Supervised preparation of estimates for 1-94 Managed Lane Study. Typical work involved widening existing highways and bridges, reconstruction of highway and bridges and adding additional lanes( Columbia River Crossing Project, Vancouver, Washington/Portland, Oregon: prepared estimates for various alternatives for this combination highway, bridge, light rail transit and bus rapid transit transportation project. Also participation in Cost Estimate Validation Process (CEVP) for this project. Alaskan Way Viaduct and Sewall Reconstruction, Seattle, Washington: reviewed various study estimates and validated overall construction estimate for this $4 -billion design -build project. Participated in several CEVPs. Route 3 North Transportation Improvements, Massachusetts: participated in value engineering study for this first -of -a -kind in Massachusetts design -build -operate -maintain highway design project. Connector Transit Tunnels, Pittsburgh, Pennsylvania: prepared estimate for immersed tube and cut -and -cover tunnel sections. Bay Area Crossing Study, San Francisco, California: prepared estimate for immersed tube and cut -and -cover tunnel sections as part of an alternatives study. 1-95 Q Bridge New Haven Harbor Crossing, New Haven, Connecticut: participated in a construction methodology workshop for steel and concrete extradosed bridges. Reviewed and prepared revised estimates and participated in revised sequencing of major contracts. Central Artery/Tunnel Project, Boston, Massachusetts: as supervising estimator, responsible for preparing, reviewing, and/or supervising the preparation and presentation of estimates from conceptual order -of -magnitude to crew -based estimates for bidding purposes. This included numerous tunnels, bridges and viaducts and the Leonard P. Zakim Bridge — a 10 -lane asymmetric cable stayed bridge. Prepared independent estimates for claims and changes and negotiated final settlement values. Ted Lebida 1 Page 2 C. H. Perez & Associates Consulting Engineers, Inc. William "Bill" D. Dell'Osso, PSM Senior Surveyor & Mapper e-mail: tad@p-a.cc POSITION Senior Surveyor & Mapper DEPARTMENT Surveying and Mapping Bill joined CHPerez in June 2010 and brought with him over 30 years of experience at the time, 29 of which were at the FDOT D4 Surveying and Mapping office. He has an extensive background in the production and management of surveying and right of way mapping projects and brings an extensive wealth of knowledge/history on the D4 State Highway System. YRS OF EXPERIENCE: 36 EDUCATIONi High School, 1974 Nova High School, Davis,; FL PROFESSIONAL REGISTRATION'; Florida PSM No, 4233, 1986 Project Experience 1515 'SURVEYOR & MAPPER / SURVEYING 07/15 — 06/16 Miami -Dade Expressway Authority (Sub to HNTB) FDOT Work: 3.1, 3.2, 6.1, 6.2, 8.1, 8.2, 8.4 Job No.: RFQ-10.03 FY15 I GEC -A 1 General Engineering and Surveying Services 83611.151 1 SR 836 /1-95 Interchange Improvements 87410.151 1 SR 874 Ramp Connector to SW 128th Street Responsible for providing right of way mapping services for projects identified in the MDX work program for the fiscal year. Work included the roadway plans production services, development of parcel sketches, boundary surveys, R/W Control Survey Maps and R/W Maps, performing roadway surveying services, providing project management for the bridge maintenance program, performing traffic data collection and traffic studies. Client Project Manager: Albert Sosa, PE, (305) 551-8100, asosa@hntb.com 15041 SURVEYOR & MAPPER / SURVEYING 01/15 — 01/17 Miami -Dade Expressway Authority (Sub to T. Y. Lin / Oderbrech) FDOT Work: 3.1, 7.1 FM No.: 83628.0701 RFP -14-03 SR -836 from West of NW 57 Ave to NW 17 Avenue Responsible for the development of engineering documents required for the reconstruction of SR -836 within the limits of the project to provide pedestrian access and bike lanes within the facility. Work included roadway surveying, subsurface utility exploration, signing, pavement markings, signalization and drainage improvements required to bring corridor to current standards. Work also included all roadway surveying. Construction Cost: $150,000,000.00. Client Project Manager: Juan Toledo, P.E., (305) 777-4075, juan.toledo@mdxway,com 1501 1 SURVEYOR & MAPPER / SURVEYING 01/15 — 01/17 Florida Department of Transportation — District 6 (Prime) FDOT Work: 3.1, 7.1 FM No.: 434773.1.32.01 1 C9I91 Collins Ave. from 4700 Block to 5800 Block Responsible for the development of engineering documents required for the reconstruction of SR-A1A within the limits of the project. Work included parcel sketches required for signalization improvements to bring corridor to current standards. Construction Cost: $TBD. Client Project Manager: Ana Arvelo, P.E., (305) 470-5210, ana,arvelo@dot,state,fl,us. 1418 1SURVEYOR & MAPPER / SURVEYING 01/15 — 01/18 Florida Department of Transportation District 6 (Sub to Stantec) FDOT Work: 7.1, 7.2, 7.3, 8.1, 8.2 FM No.: 250093-3-32-01 1 C9I56 SR 826 / Palmetto Expy EB Ramp to SR 9A /1-95 Northbound Responsible for the development of engineering documents required for the reconstruction of SR -826 at the Golden Glades Interchange. Work included roadway surveying, bridge scanning, parcel sketches, boundary surveys, right of way control mapping, right of way mapping, subsurface utility exploration, signing, pavement markings, signalization, lighting and minor structures improvements required to reconstruct the corridor to the interim PD&E configuration, Construction Cost: $160 M. Client Project Manager: Ali R. Toghiani, P,E,, (305) 470-4343, ali,toghiani@dot,state.fl,us, 1207 1SURVEYOR & MAPPER / SURVEYING 01/14 — 01/19 Florida Department of Transportation — District 6 (Sub to CSA) FDOT Work: 3.2, 7,1, 7.2, 7.3, 8.1, 8.2 FM No.: 429140-1-32-01 l C9672 SR -5 / US -1 / Overseas HWY S MacDonald to S of Coppitt RD Responsible for the development of engineering documents required for the widening and milling and resurfacing of SR -5 within the limits of the project. Work included roadway surveying, parcel sketches, boundary surveys, signing, pavement markings, signalization and lighting improvements required to Resume Page 112 C H, Perez & Associates Consulting Engineers Inc. William "Bill" D. Dell'Osso, PSM Senior Surveyor & Mapper bring corridor to current standards. Construction Cost: $1.5 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot,state.fl,us. 1206:01 'SURVEYOR & MAPPER / SURVEYING 04/12 — 06/14 Florida Department of Transportation — District 6 (Sub to Lochner) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 430670-1-32-01 1 C9461 SR 5 / Truman AVE from Whitehead ST to Eisenhower DR Responsible for the development of engineering documents required for the milling and resurfacing of SR -5 within the limits of the project. Work included roadway surveying, right of way control survey, signing, pavement markings, signalization and lighting improvements required to bring corridor to current standards, Construction Cost: $1.5 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state,flus. 1104 1 SURVEYOR & MAPPER / SURVEYING 06/11 - 06/16 Florida Department of Transportation - District 6 (Sub to TY Lin) FDOT Work: 6.1, 6.2, 8.1, 8.2, 8.4 FM No.: 251688-1-32-01 1 C9279 1-395 Signature Bridge Responsible for providing surveying, right of way mapping and traffic engineering services to develop conceptual plans for the reconstruction of the 1-395 corridor between 1-95 and the McArthur Causeway Bridge and providing a signature bridge along the corridor. Work included collecting a full 2D & 3D roadway survey, preparing parcel sketches, boundary surveys, right of way control map, right of way map, and the evaluation of PD&E proposed traffic conditions. Client Project Manager: , (305) 640-7186, maria.perdomo@dot,state,fl.us. 1004:01 1 SURVEYOR & MAPPER / SURVEYING 01/10 -12/11 Florida Department of Transportation - District 6 (Prime) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 425637.1.32-01 1 C8X87 SR -7 / NW 7 AVE from 813 N of NW 157 AVE to SR -9 Responsible for the development of engineering documents required for the reconstruction of eleven on/off ramps to access SR -7 within the Golden Glades Interchange (GGI). Work included roadway surveying, signing, pavement markings, signalization, lighting and ITS improvements required as the result of the reconstruction, Construction Cost: $5.2 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state,fI.us, 1004:02 1 SURVEYOR & MAPPER / SURVEYING 11/10-12/11 Florida Department of Transportation - District 6 (Prime) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 428476-2-32-01 1 C8X87 SR 9 / NW 27 AVE from South of ramp from Park & Ride to GGI Responsible for the development of engineering documents required for the reconstruction of on/off ramps connecting SR -9 to SR -7 within the Golden Glades Interchange. ork included roadway surveying, signing, signing, pavement markings, signalization, and lighting improvements required as the result of the reconstruction, Construction Cost: $1.1 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state.fl.us. 1004:031 SURVEYOR & MAPPER / SURVEYING 10/11 -12/14 Florida Department of Transportation - District 6 (Prime) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 429134-1-32-01 1 C8X87 SR 826/GGI from SR 91 / SE end of bridge to East of NW 1 AVE Responsible for the development of engineering documents required for the milling and resurfacing and partial reconstruction of on/off ramps connecting SR -826 and 1-95 the Golden Glades Interchange. ork included roadway surveying, signing, signing, pavement markings, signalization, lighting and ITS improvements required as the result of the reconstruction. Construction Cost: $1.7 M. Client Project Manager: Ali R. Toghiani, P.E., (305)470-4343, ali,toghiani@dot.state.fI.us. Resume Page 212 Robert H. Hughan, Jr., PLS Surveying & Mapping Marketing Manager -Quality Assurance/Control Surveyor rhhp-a.cc 9594 NW 415t Street Suite 201 Doral, FI 33178 ' Tel,305.592.1070 RE Fax: 305.592.1078G H Perez & Associates Enginenr a. Pianos. Survoyors Professional Registration: Florida Professional Land Surveyor No. 3570 Years of Experience: 42 Job Experience: 1983 Years of employment at C H Perez: 2 FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT IV District Surveyor 02/2002 —10/2011 Provide coordination of all survey work and photogrammetry services in the District. Responsible for reviewing all surveying assignments and/or accomplishments of in-house and consultant crews, as well as preparing all scope of services for consultant survey services. Insure that all surveys performed were in accordance with Florida Statutes, Chapter 5J-17, Rule 14-17, Florida Administrative Code and all other pertinent rules and regulations. Responsible for the advertisement, selection, management and review consultant services in Right -of -Way Control Surveying & Mapping and Design Surveys as related to FDOT's production goals. Set and maintain production goals for surveying services. Direct the management of all operating budgets for consultant services in the Right -of -Way Control Surveying & Mapping and Design Surveying. Supervise and manage 16 employees. Responsible for developing in-house budget and Strategic Plan in support of the Districts Work Program for surveying projects. Provide advice to consultant surveyors regarding policies, specifications, and special requirements for Design and Right -of -Way acquisition surveys. Provide expert testimony regarding survey matters within the District. Other duties include meeting with other agencies as well as other FDOT Departments in the coordination of the land surveying activities in the District. Possess knowledge of FDOT's field data collection, office processing software, GIS and EDMS systems. FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT VI District Location Surveyor 06/1994 — 02/2002 Provide coordination of all survey work and photogrammetry services in the District. Responsible for reviewing all surveying assignments and/or accomplishments of in-house and consultant crews, as well as preparing all scope of services for consultant survey services. Insured that all surveys performed are in accordance with Florida Statutes, Chapter 61 G 17, FDOT Location Manual, Rule 14-17 (formerly Policy 057), Florida Administrative Code and all other pertinent rules and regulations. Responsible for the advertisement, selection, management and review of consultant services in the area of CEI Surveying, Right -of -Way Mapping, Right -of -Way Control Surveying & Mapping and Design Surveys as related to FDOT's production goals. Possess knowledge of FDOT's field data collection, office processing software. Directed and managed all operating budgets for consultant services in the areas of CEI Surveying, Right -of -Way Mapping, Right -of -Way Control Surveying & Mapping and Design Surveying. Supervised and managed 14 employees. Certified Right -of -Way staking for acquisition and other purposes and advised consultant surveyors regarding policies, specifications, and special requirements for Design and Right -of -Way acquisition surveys. Assisted the District Land Surveyor in the preparation of budget issues, expert testimony and all other survey matters and met with outside agencies, counties, and other FDOT Departments in the coordination of the land surveying activities in support of the District Design efforts. FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT VI Assistant District Location Surveyor 08/1984 — 06/1994 Assisted the District Location Surveyor in the planning and coordination of all survey work in the District and supervised and managed in-house and consultant survey crews. Design Production goals. Assured that all surveys performed were in accordance with Florida Statutes, Chapter 61 G 17, FDOT Location Manual, Rule 14-17 (formerly Policy 057), Florida Administrative Code and all other pertinent rules and regulations. Supervised and managed 14 employees. Certified Right -of -Way staking for acquisition and other purposes in the District Design efforts.. Advised consultant surveyors as to policies, specifications, and special requirements for Design and Right -of -Way acquisition survey and assisted the District Location Surveyor in the preparation in the coordinating land surveying activities in the District. Engineers & Surveyors dedicated to Transportation Development and Operations Page 1 of 1 Mario J. Leon_9594 NW 41st Street, Suite 201 Surveying Technician Doral, FI331781 m jl @ p-a.cc P:305.592.1070 / F: 305.592.1078 C I� Pere & Associates Education: Technical Drafting, ATI Career Center, Miami, FL Bachelor in Arts, Florida International University, Miami, FL High School Certificate, Barbara Goleman Senior High Job Experience: FDOT Type of Work: 8.1, 8.2 & 8.4 2001-2002 2000-2001 2000 Years of Experience: 11 C. H. PEREZ & ASSOCIATES CONSULTING ENGINEERS, INC. Doral, FL 05/2014 PRESENT. Survey Technician Responsible for processing surveying field data and preparing CAD deliverables including: Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Drainage as -built drawings, and detailed Alta/ASCM Surveys. Florida Department of Transportation, (FDOT 4) Districtwide Surveying & Mapping Consultant FM No.: 423447-3-32-01 / District wide 05/2014 112/2015 Survey Technician for the collection and processing of survey data required for Task Work Order assigned protects varying in complexity from simple R/W sketches for maintenance easements to full reconstruction projects. Forty-six Task work orders have been processed and approved after three years of activity. Client PM: Paul Doll, PSM 954.777.4579 TWO 41&44: 423447-3-32-01 IRIS Connector 05/2014 08/2014 Horizontal and Vertical Secondary Control, R/W Control for CSX & FEC, Baseline Calculation, Vertical and Horizontal Control at Aerial Targets for Low and High Altitude Flights, 2D and 3D Topographic and Drainage survey. TWO 42: 227775-1-32-01 Pond Apple Slough Mitigation Site 05/2014 08/2014 Horizontal and Vertical Secondary Control, Baseline Calculation, 2D and 3D Topographic survey, Canal Soundings and Utility Locating. 8.1: 1 Months 8.2: 1 Months 8.4: 1 Months Florida Department of Transportation, (FDOT 6) Districtwide Location Survey Consultant FM No.: 250696-5-32-01 / District wide 05/2014 106/2017 I Survey Technician for the collection and processing of all survey data required for Task Work Order assigned projects varying in complexity from simple R/W sketches for maintenance easements to full reconstruction projects. Twenty-five Task work orders have been processed and approved after two years of activity. Client PM: Scott Perkins, PSM 305.470.5194 TWO 21: 250696.5-32-01 SW 1S` Street from SW 17th Avenue to SW 6`„ Avenue 05/2014 08/2014 Horizontal and Vertical Secondary Control Network, Calculate occupation and R/W lines for project encroachments from Topographic Survey. TWO 22: 418312-2-32-01 SR -836/l-395 from 1-95 to MacArthur Causeway (Parcel 173) 05/2014 08/2014 Horizontal and Vertical Secondary Control and Calculate Parcel Boundary for layout at ground, second floor and roof. TWO 23: 250696-5-32-01 Key West Delineate R/W lines at two sites. 05/2014 08/2014 Horizontal and Vertical Secondary Control Network, Block Closures and Topographic Survey. TWO 24: 433264-1-32-01 Kendall Drive from SW 127th Avenue to SW 122"d Avenue 05/2014 08/2014 Parcel Sketch and Legal Description. 8.1: 1 Months 8.2: 1 Months 8.4: 1 Months Miami Dade Expressway Authority, (MDX) SR 836 from NW 17th Avenue to 1-95 83628.100 / Miami -Dade Co. 05/2014 109/2014 I Survey Technician in charge of processing of all survey data required for the preparation of highway construction plans for the reconstruction of SR 836 within the limits of the project. Survey effort included Establishing Horizontal and Engineers & Surveyors dedicated to Transportation Development, Operations and Construction Inspection Page 1 of 2 Mario J. Leon Surveying Technician mjl@p-a.cc 9594 NW 4-1S Street, Suite 201;`, Doral, FI 33178 I NE P:305392.1070 / F: 305.592,1078 e H Perez & /assoofates Vertical Project Control, R/W Control Survey Map and R/W Survey Map, Parcel Sketches and Legal Descriptions and Boundary Surveys. Client PM: Gil Portela, P.E. 305.551.8100. HADONNE CORPORATION, DORAL FL. 07/2008 04/2014 Survey Technician Responsible for processing surveying field data and preparing CAD deliverables that include: Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Water & Sewer as -built drawings, Drainage as -built drawings, and detailed Alta/ASCM Surveys. City of Miami Beach — Capital Improvement Projects / Neighborhood #9 City Center 05/2010 06/2013 Horizontal and Vertical Control for Right of Way Survey, 2D and 3D Topographic Survey and Water, Sewer and Drainage As-Builts. Client PM: Jason McClair, PE 786.497.1500 8.1: 8 Months 8.2: 8 Months 8.4: 8 Months Florida Department of Transportation, (FDOT 6) Districtwide Location Survey Consultant 07/2012 06/2013 FM No.: 250696-5-32-01 / SR 933/NW 12 Avenue from N of NW 29 Street to NW 40 Street Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Water & Sewer as -built drawings, Drainage as -built drawings, and detailed Alta/ASCM Surveys. FDOT PM: Scott J. Perkins, PSM (305)470-5194 8.1: 4 Months 8.2: 4 Months 8.4: 4 Months FORTIN, LEAVY, SKILES, INC., NORTH MIAMI BEACH, FL 12/2004 06/2008: Survey Technician Worked on Various Projects (The Lexi, City Park at Aventura, MEI Condominium, Sky Plaza) Prepared detailed Topographic Surveys; Lake Surveys; Lake Excavation Surveys; Sketches of Description drawings; Paving and Drainage Plans; detailed Water and Sewer Plans; NPDES or Pollution Control Plans; Signing and Marking Plans; Shop Drawings for Drainage Structures; Water and Sewer As -Built; Drainage As -Built ACCURATE LAND SURVEYORS, P'OMPANO_BEACH, FL 04/2004 12/2004_. Survey Technician Responsible for processing surveying field data and preparing CAD deliverables for Residential Surveys QC DATA, INC.,_ WEST 'ALM BEACH, FL, 04/2004 Survey Technician Responsible for the Training of Personnel, reviewing drawings and Preparing FP&L transformer Plans using Raster Image and (TIS) THE BARTECH-GROUP, MIAM1 FL 01/2003 07/2003 Survey Technician Responsible for Preparing FP&L Manhole Drawings, Switch Cabinet Drawings, FP&L Schematics and FP&L Duct Bank Plan and Profiles Engineers & Surveyors dedicated to Transportation Development, Operations and Construction Inspection Page 2 of 2 H. Perez Associates Consulting Engineers, Inc.. Adbelkader Nazef Surveying Technician / Survey Analyst 0 POSITION Surveying Technician DEPARTMENT Surveying and Mapping YRS OF EXPERIENCE: 42 EDUCATION National Geographic Institute of Paris, 2 Year College, 1974 Kader joined CHPerez in April 2016 after working as a surveying technician for 20 years at the FDOT D4 Surveying and Mapping office and brings 42 years of experience in surveying and r/w mapping C. H, Perez. & Associates Consultin 04/2016 -Present 1515 1 SURVEYING TECHNICIAN / SURVEYING AND MAPPING 04/16 — 06/19 Miami -Dade Expressway Authority (Sub to HNTB) FDOT Work: 3.1, 3.2, 6.1, 6.2, 8.1, 8.2, 8.4 Job No.: RFQ-10.03 FY15 1 GEC -A 1 General Engineering and Surveying Services 87410.151 1 SR 874 Ramp Connector to SW 128th Street Responsible for providing right of way mapping services for projects identified in the MDX work program for the fiscal year. Work included the roadway plans production services, development of parcel sketches, boundary surveys, R/W Control Survey Maps and R/W Maps, performing roadway surveying services, providing project management for the bridge maintenance program, performing traffic data collection and traffic studies. Client Project Manager: Albert Sosa, PE, (305) 551-8100, asosa@hntb.com 1504 1 SURVEYING TECHNICIAN 1 SURVEYING AND MAPPING 04/16 — 01/17 Miami -Dade Expressway Authority (Sub to T. Y. Lin / Oderbrech) FDOT Work: 3.1, 7.1 FM No.: 83628.0701 RFP -14-03 SR -836 from West of NW 57 Ave to NW 17 Avenue Responsible for the development of engineering documents required for the reconstruction of SR -836 within the limits of the project to provide pedestrian access and bike lanes within the facility. Work included roadway surveying, subsurface utility exploration, signing, pavement markings, signalization and drainage improvements required to bring corridor to current standards. Work also included all roadway surveying. Construction Cost: $150,000,000.00. Client Project Manager: Juan Toledo, P,E., (305) 777-4075, juan.toledo@mdxway.com 1501 1 SURVEYING TECHNICIAN / SURVEYING AND MAPPING 04/16 — 01/17 Florida Department of Transportation — District 6 (Prime) FDOT Work: 3.1, 7,1 FM No.: 434773-1-32-01 1 C9191 Collins Ave. from 4700 Block to 5800 Block Responsible for the development of engineering documents required for the reconstruction of SR -MA within the limits of the project. Work included parcel sketches required for signalization improvements to bring corridor to current standards, Construction Cost: $TBD. Client Project Manager: Ana Arvelo, P.E., (305) 470-5210, ana.arvelo@dot.state.fl.us, 1418 1 SURVEYING TECHNICIAN / SURVEYING AND MAPPING 04/16 — 01/18 Florida Department of Transportation — District 6 (Sub to Stantec) FDOT Work: 7.1, 7.2, 7.3, 8.1, 8.2 FM No.: 250093-3-32-01 1 C9I56 SR 826 / Palmetto Expy EB Ramp to SR 9A /1-95 Northbound Responsible for the development of engineering documents required for the reconstruction of SR -826 at the Golden Glades Interchange. Work included roadway surveying, bridge scanning, parcel sketches, boundary surveys, right of way control mapping, right of way mapping, subsurface utility exploration, signing, pavement markings, signalization, lighting and minor structures improvements required to reconstruct the corridor to the interim PD&E configuration. Construction Cost: $160 M. Client Project Manager: Ali R. Toghiani, P,E., (305) 470-4343, ali.toghiani@dot.state.fl.us. Florida Department of Transportation District 4 103/1996-03/2016 Office support of 3 survey crews - Northern Counties (Palm Beach, Martin, St, Lucie & Indian River). Quality Control of the Field data collected and processed by the field crews using EFB and CEFB data collection software. Assisted field crews in troubleshooting issues with data collection and data recovery. Planning & Data processing of GPS surveys performed by the GPS crew. Trained two field crews in the implementation and use of EFB Mobile Cross -trained Surveying and Mapping staff members In the use of : - CAiCE and Geopak software, - Field conventional survey data processing using EFBP, CEFB-office utilities - GPS data post -processing using GPSURVEY (Trimble), Leica Ski -Pro and Leica Geo Office software (Leica Geosystems) Resume Page 112 C. H. Perez & Associates Consulting Engine Adbelkader Nazef Surveying Technician / Survey Analyst 3 - Hector software for GPS Baselines vectors processing (Coordinates Transformation, LSQ Adjustment and quality testing. - Use of some utilities such as SHIFTC Participated PE training program in the field of surveying and specifically on the presentation of the GPS technology and its use in DOT roadway surveying projects, explaining the survey workflow from the survey request to the final deliverables. Initiated the preparation & publication of the first Survey Guidelines for FDOT District 4, that included standard, specifications and deliverables. Review & Quality Control of the surveys performed Consulting firms as well as those performed by the Aerial Consulting firms for In -House and Consultant Management projects. In collaboration with the District Survey Consulting firms including Aerial Firms, followed the survey projects status in their different phases. Provided assistance to the surveying consulting firms performing survey activities directly or indirectly for the Department District Consultant firm, in various survey issues and deliverables. Precision Engineering & Surveying 1 08/199542/19 Instrument Man and CAD Operator, Complete and delivered two projects: SW 137th Ave. (Miami/Dade County) and Copans Road (Broward County) Anadarko -Algeria Company, LLC', Algiers } 04/1991.08/1993 Head of the Cartographic Unit (Same as below) Algero-Lybienne d`Exploitatlon et de Production d`Hydrocarbure) Algiers } 04/1991-08/1993' Head of the Cartographic Unit (Same as below) Institut D`etudes et de Recherches du Batiment (Ministry of Habitat) / INERBA 105/1979-07/1990 Head of the Cartographic Unit Analysis of divers' data from different sources, provinces authorities, state agencies including national census. Preparation and finalizing and distribution of the final maps, histograms, etc,, necessary for various urban and sub -urban development planning. In 1987, the Institute has been given other missions by the Ministry of Habitat and has changed its denomination to CENTRE NATIONAL D'ETUDES ET DE RECHERCHES DU BATIMENT /CNERIB In charge of the Cartographic, Surveying and Photogrammetric section. Performed divers type of surveys; Cadastral, Topographic, photogrammetric surveys. Initiated and Implemented very successfully with the collaboration with some specialists, surveying methods for monitoring and deformation measurements of large structures. Precise elevation leveling, electronic distance measurements, triangulation and photogrammetric methods. Initiated the use of aerial photography using a kite and a commercial camera in order to map some remote sites in areas not covered by the conventional maps or imagery. Institut National de Cartography, Algiers (part of Military Service) } 04/1977.09/1978 Assistant to the Head of the Cartographic Department Responsible for the preparation and production of the 1/25,000 scale systematic Base map of North Algeria and of Large Scales Mapping (1/10,000 and 1/5,000 scales) in localized areas Coordination activities with the Geodetic & Surveying Department and with the Photogrammetric Department. Military Service Training 1 09/1976-08/1977 Institut National de Cartography (Ministry of Defense), Algiers 108/1974-09/1976 Assistant to the Head of the Cartographic Department Responsible for the preparation and production of the 1/25,000 scale systematic Base map of North Algeria and of Large Scales Mapping (1/10,000 and 1/5,000 scales) in localized areas Coordination activities with the Geodetic & Surveying Department and with the Photogrammetric Department. Resume Page 212 C. H. Perez & Associates Consulting Engineers, Francisco "Frank" L, Nunez, Jr., PSM Vice President / Sr. Surveyor and Mapper eymall; fIn@p-a,cc POSITIONS Vice President Sr. Surveyor and Mapper DEPARTMENTS Surveying Right of Way Mapping Mr. Nunez has over 29 years of experience specializing in providing Roadway & Construction Surveying as well as Right of Way Mapping services related to Transportation Facilities, vertical construction and land development. Started as a rodman in a survey crew and progressively took additional responsibilities culminating in obtaining his PSM license, Responsibilities have included Project Management, Technical Analysis and Processing of Field Data and Field Data Collection. During his 13 -yr tenure at FDOT, he was responsible for the training of in-house and consultant surveying staff in the transition from standard methods at the time to electronic field data collection and processing. YRS OF EXPERIE E: 31 YRS OF POST REG EXP; 14 EDUCATION Engineering and Surveying Courses„ 1978-1982 High School Diploma, 1977 Miami Southwest High School PROFESSIONAL REGISTRATION Florida PSM No. 6382, 2002 SEMINARS Advanced Geopak Coordinate Geometry, DTM, Geopak_ Survey and MicroStation J. Advanced MicroStation Descartes, Advance CAKE 2000 Processor, DTM and Design. Section Corners Retracement, Bureau of Land Management. Photogrammetry for Route Survey, Global Positioning, System, Network Analysis, Vector Processor for GPS, CadastralElectronic Field Book, Electronic Field Book Processor, EFB & CEFB Data Collection and Processor Project Experience 1402 1 SR. SURVEYOR AND MAPPER / DESIGN 03/14 — 07/16 Florida Department of Transportation — District 4 (Prime) FDOT Work 8.1, 8.2, 8.4 FM No.: 424651.1.32.01 j SR -710 / Beeline HWY from E. of SR -76 to Palm Beach / Martin CL Responsible for the evaluation of all survey data provided by the department and the collection and processing of additional survey data required by the designers to complete the development of engineering documents required for the reconstruction of SR -710 within the limits of the project to convert it from two-lane asphalt to a four -lane concrete facility. Work included establishment of horizontal and vertical control, 2D roadway topography, 3D DTM, drainage surveying, geotechnical boring locations, underground utility locates and right of way delineation. Construction Cost: $48.4 M. Client Project Manager: Thuc Le, P.E., (954) 777-4552, thuc.le@dot.state.fl.us. 1319 ISR. SURVEYOR AND MAPPER / CONSTRUCTION SURVEY 01/14 — 01/19 Florida Department of Transportation — District 4 (Sub to Target Engineering) FDOT Work 10.1 FM No.: 432789-1-62-01 I C9C31 D4 Broward Operations CEI Inspection & Surveying Support Responsible for CEI and Surveying services for TWO 04 - SR-A1A/17 ST Cswy over ICWW Bridge 860622/23 / TWO 05 - SR-823/Flamingo Rd at SW 8 ST / TWO 07 - SR-816/Oakland Park Blvd @ NW 56 Ave/ TWO 09 - SR -9/I-95 From NB to WB off Ramp @ Oakland Park Blvd as part of the services required for the construction of the project. Construction Cost: $TBD. Client Project Manager: Albert B. Sales, P.E., (954) 958-7628, albert.salas@dot,state.fl.us 1315 1 SR. SURVEYOR AND MAPPER / CONSTRUCTION SURVEY 01/14 — 01/19 Florida Department of Transportation — Turnpike (Sub to Target Engineering) FDOT Work 10.1 FM No.: 406096.1.62.01 1 C9000 Widen HEFT from Eureka to S. of Kendall Responsible for CEI and Surveying services for the widening of the Homestead Extension of the Florida's Turnpike (HEFT) from Eureka Drive to S. of Kendall Drive in Miami -Dade County. Construction Cost: $TBD. Client Project Manager: Pacifico Castillo, P.E., (954) 934-1118, pacific,castillo@dot.state.fl, us 1309 ISR. SURVEYOR AND MAPPER /CONSTRUCTION SURVEY 01/14 — 01/19 Florida Department of Transportation — Turnpike (Sub to Target Engineering) FDOT Work 8.1, 8.2 FM No.: 430763.7.32/62.01, 430763-8-32/62-01, 421707-5-62-01, 421707.6.62.01, 421707-7-62-01, 421707-9.62.01 I C9B19 1-75 Express • Corridor Coordination CEI/Segment D+E/ITS Integrator Responsible for CEI and Surveying services for: 1-75 Express - Corridor Coordination CEI/Segment D+E/ITS Integrator; 1-75 Corridor -wide: SR -93/I-75 from Miami Dade/Broward CL to 1-595; 1-75 Corridor -wide: SR -93/I-75 from NW 170th Street to Miami-Dade/Broward CL; Segment D: From South of Sheridan St. to North of Griffin Road.; Segment E: from North of Griffin Road to 1-595.; and Corridor -wide ITS/Tolls Integration: from Miami -Dade CL to 1-595 and from NW 170th to Miami -Dade /Broward CL as part of the services required for the construction of the project. Construction Cost: $TBD. Client Project Manager: Tony Castro, P.E., (954) 448-29058, antonio.castro@dot.state.fl,us 13031 SR. SURVEYOR AND MAPPER 08/12 —12/14 Florida Department of Transportation — District 6 (Sub to American) FDOT Work 3.2, 3,3, 7.1, 7.2, 7.3 FM No.: 430808.1.32.01 1 SR 5 / Biscayne BLVD from NE 151 ST to NE 196 ST Mal' Page 112 C. H. Perez & Associates Consulting Engineers, Inc. Francisco "Frank" L. Nunez, Jr.,, PSM Vice President / Sr. Surveyor and Mapper Responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing and the implementation of safety improvements along SR -5 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $7.6 M. Client Project Manager: Danny Iglesias, P.E., (305) 470-5289, danny.iglesias@dot.state.fl,us, 1302 I SR. SURVEYOR AND MAPPER 03/12 —12/14 Florida Department of Transportation — District 6 (Sub to American) FDOT Work 3.2, 3.3, 7.1, 7,2, 7.3 FM No.: 431180-1.32.01 1 SR 934 / 79 ST CSWY from E of N Bayshore DR to Bay DR West Responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing the implementation of safety improvements along SR -934 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $4.7 M. Client Project Manager: Jason Chang, P.E., (305) 470-5331, jason.chang@dot.state.fl.us. 12201 SR. SURVEYOR AND MAPPER 03/12 —12/14 Florida Department of Transportation — District 6 (Sub to Hardesty) FDOT Work 3.2, 3.3, 7.1, 7,2, 7,3 FM No.: 429345-1-32-01 1 SR 969 / NW 72 AVE from NW 25 ST to NW 74 ST FM No.: 429345.2.32.01 1 SR 969 / NW 72 AVE at SR 934 / NW 74 ST Intersection Improvement Responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing the implementation of safety improvements along SR -969 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $2.7 M. Client Project Manager: Danny Iglesias, P.E., (305) 470-5289, danny.iglesias@dot.state.fl.us, 12191 SR. SURVEYOR AND MAPPER 04/12 — 03/15 Florida Department of Transportation — District 6 (Sub to BMA) FDOT Work 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 429346-1-32-01 1 SR 916 / NW/NE 135 ST from NW 6 AVE to SR 5 / Biscayne BLVD FM No.: 429346-2-32-01 1 SR 916 / NE 135 ST at SR 915 / NE 6 AVE & at SR 909 / W Dixie HWY Responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing the implementation of safety improvements along SR -916 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $4.5 M. Client Project Manager: Ali R. Toghiani, P.E,, (305) 470-4343, ali.toghiani@dot.state.fl,us, 1206:01 1 SR. SURVEYOR AND MAPPER 04/12 — 06/14 Florida Department of Transportation — District 6 (Sub to Lochner) FDOT Work 3.2, 3.3, 7.1, 7.2, 7,3 FM No.: 430670-1-32-01 1 SR 5 / Truman AVE from Whitehead ST to Eisenhower DR Responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing of SR -5 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $1.5 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state.fl.us, Mar ge 212 C. H. Perez & Associate Consulting Engineers, Inc. Alvaro E. Saenz Surveying Technician mail: aesalp-acc POSITION Surveying Technician DEPARTMENT Surveying & Mapping YRS OF EXPERIENCE: 16 EDUCATION BS Civil Engineering, 2001 Florida International University AA CMI Engineering' 1998 Miami Dade College Extensive experience in the processing of Surveying and Mapping field data and the development of surveying documents under the supervision of a professional surveyor and mapper. Very knowledgeable in the use of: CAD software such as AutoCAD Civil 3D and MicroStation; Coordinate Geometry software such as CAiCE and GEOPAK; Field Data Collection/Processing software such as EFB, Leica and Carlson and the FDOT Software Suite used to draft surveying documents following standards preset by the Florida Department of Transportation. H. Perez s Consulting Engineers (04/2015 - P Work Experience' Responsible for the processing of surveying field data and preparing CAD deliverables that include: Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Water & Sewer as -built drawings, Drainage as -built drawings, and detailed Alta/ASCM Surveys. Hadonne Corporation (04/2014 03/2015) Work Experience Responsible for the processing of surveying field data and preparing CAD deliverables that include: Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Water & Sewer as -built drawings, Drainage as -built drawings, and detailed Alta/ASCM Surveys. G. F;t, Perez & Associates ul f ing Engineers (10/2006 - 03/20114) uvor xpenence Responsible for the processing of surveying field data and preparing CAD deliverables that include: Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Water & Sewer as -built drawings, Drainage as -built drawings, and detailed Alta/ASCM Surveys, PBS&J Corporation (07/2005 — 09/2006) Responsible for the processing of surveying field data and preparing CAD deliverables that include: Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Water & Sewer as -built drawings, Drainage as -built drawings, and detailed Alta/ASCM Surveys. Manuel G. Vera and Associates (05/1999 06/2005) Work Experience Responsible for the processing of surveying field data and preparing CAD deliverables that include: Horizontal and Vertical Project Network Control, Alignment and Existing Right -of -Way Lines, Aerial Targets, Reference Points, Topography/Digital Terrain Models (3D), Planimetric Surveys (2D), Underground Utilities, Outfall Surveys, Drainage Surveys, Bridge Surveys, Channel Surveys, Pond Site Surveys, Mitigation Surveys, Jurisdiction Line Surveys, Geotechinal Support, Sectional/Grant Surveys, Subdivision Location Surveys, Maintained R/W Surveys, Boundary Surveys, Water Resume Page 114 C. H. Perez Associates Consulting Engineers,. Inc. Alvaro E. Saenz Surveying Technician Boundary Surveys, R/W Staking Surveys, R/W Monumentation Surveys, Water & Sewer as -built drawings, Drainage as -built drawings, and detailed Alta/ASCM Surveys. Recent, Project Experience 1402 !SURVEYING TECHNICIAN 03/15 — 07/16 Florida Department of Transportation — District 4 (Prime) FDOT Work 8.1, 8.2, 8.4 FM No.: 424651.1.32.01 1 SR -710 / Beeline HWY from E. of SR -76 to Palm Beach / Martin CL Firm was responsible for the evaluation of all survey data provided by the department and the collection and processing of additional survey data required by the designers to complete the development of engineering documents required for the reconstruction of SR -710 within the limits of the project to convert it from two-lane asphalt to a four -lane concrete facility. Work included establishment of horizontal and vertical control, 2D roadway topography, 3D DTM, drainage surveying, geotechnical boring locations, underground utility locates and right of way delineation. Construction Cost: $48.4 M. Client Project Manager: Thuc Le, P.E., (954) 777-4552, thuc.le@dot, state.fl. us. 1319 1 SURVEYING TECHNICIAN 03/15 — 01/19 Florida Department of Transportation — District 4 (Sub to Target Engineering) FDOT Work 10.1 FM No.: 432789-1-62-01 1 C9C31 D4 Broward Operations CEI Inspection & Surveying Support Firm was responsible for CEI and Surveying services for TWO 04 - SR-A1A/17 ST Cswy over ICWW Bridge 860622/23 / TWO 05 - SR-823/Flamingo Rd at SW 8 ST / TWO 07 - SR-816/Oakland Park Blvd @ NW 56 Ave/ TWO 09 - SR -9/I-95 From NB to WB off Ramp @ Oakland Park Blvd as part of the services required for the construction of the project. Construction Cost: $TBD. Client Project Manager: Albert B. Sales, P.E., (954) 958-7628, albert.salas@dot.state.fl.us. 13151 SURVEYING TECHNICIAN 01/14— 01/19 Florida Department of Transportation — Turnpike (Sub to Target Engineering) FDOT Work 10.1 FM No.: 406096-1-62-01 1 C9C00 Widen HEFT from Eureka to S. of Kendall Firm was responsible for CEI and Surveying services for the widening of the Homestead Extension of the Florida's Turnpike (HEFT) from Eureka Drive to S. of Kendall Drive in Miami -Dade County. Construction Cost: $TBD. Client Project Manager: Pacifico Castillo, P.E., (954) 934-1118, pacific.castillo@dot.state.fl.us 1309 1SURVEYING TECHNICIAN 03/15 — 01/19 Florida Department of Transportation — Turnpike (Sub to Target Engineering) FDOT Work 8.1, 8.2 FM No.: 430763-7-32/62-01, 430763-8-32/62-01, 421707-5-62-01, 421707-6-62-01, 421707-7-62-01, 421707.9.62.011 C9B19 1-75 Express - Corridor Coordination CEI/Segment D+E/ITS Integrator Firm was responsible for CEI and Surveying services for: 1-75 Express - Corridor Coordination CEI/Segment D+E/ITS Integrator; 1-75 Corridor -wide; SR -93/l-75 from Miami Dade/Broward CL to 1- 595; 1-75 Corridor -wide; SR -93/l-75 from NW 170th Street to Miami-Dade/Broward CL; Segment D: From South of Sheridan St. to North of Griffin Road,; Segment E: from North of Griffin Road to 1- 595.; and Corridor -wide ITS/Tolls Integration: from Miami -Dade CL to 1-595 and from NW 170th to Miami -Dade /Broward CL as part of the services required for the construction of the project. Construction Cost: $TBD. Client Project Manager: Tony Castro, P.E., (954) 448-29058, anton io.castro@dot, state.fl. us 13031 SURVEYING TECHNICIAN 08/12 —03/14 Florida Department of Transportation — District 6 (Sub to American) FDOT Work 3,2, 3.3, 7.1, 7.2, 7.3 FM No.: 430808-1-32-01 1 SR 5 / Biscayne BLVD from NE 151 ST to NE 196 ST Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing and the implementation of safety improvements along SR -5 within the limits of the project. Work included Resume Page 214 C.R, Perez Associates Consultin Engineers inc. Alvaro E. Saenz urveying Technician establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $7,6 M. Client Project Manager: Danny Iglesias, P.E., (305) 470-5289, danny.iglesias@dot,state,fl.us. 1302 I SURVEYING TECHNICIAN 03/12 — 03/14 Florida Department of Transportation — District 6 (Sub to American) FDOT Work 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 431180-1-32-01 1 SR 934 / 79 ST CSWY from E of N Bayshore DR to Bay DR West Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing the implementation of safety improvements along SR -934 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $4.7 M. Client Project Manager: Jason Chang, F,E,, (305) 470-5331, jason.chang@dot.state,fl.us, 1220 I SURVEYING TECHNICIAN 03/12 — 03/14 Florida Department of Transportation — District 6 (Sub to Hardesty) FDOT Work 3,2, 3.3, 7.1, 7.2, 7,3 FM No.: 429345.1.32.01 1 SR 969/ NW 72 AVE from NW 25 ST to NW 74 ST FM No.: 429345.2.32-01 1 SR 9691 NW 72 AVE at SR 9341 NW 74 ST Intersection Improvement Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing the implementation of safety improvements along SR -969 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $2.7 M. Client Project Manager: Danny Iglesias, P.E., (305) 470-5289, danny.iglesias@dot.state.fl.us, 12191 SURVEYING TECHNICIAN 04/12 — 03/14 Florida Department of Transportation — District 6 (Sub to BMA) FDOT Work 3,2, 3.3, 7.1, 7.2, 7.3 FM No.: 429346-1-32-01 1 SR 916/ NW/NE 135 ST from NW 6 AVE to SR 5 / Biscayne BLVD FM No.: 429346-2-32-01 1 SR 916 / NE 135 ST at SR 915 / NE 6 AVE & at SR 909 / W Dixie HWY Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing the implementation of safety improvements along SR -916 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $4.5 M, Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state.fl.us. 1206:01 1 SURVEYING TECHNICIAN 04/12 — 06/14 Florida Department of Transportation — District 6 (Sub to Lochner) FDOT Work 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 430670-1-32-01 1 SR 5 / Truman AVE from Whitehead ST to Eisenhower DR Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing of SR -5 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $1.5 M. Client Project Manager: Ali R. Toghiani, P,E., (305) 470-4343, ali.toghiani@dot.state.fl.us, Resume Page 314 C. H. Perez & Associates Consulting Engineers, Inc, Alvaro E. Saenz Surveying Technician 1023:01 1 SURVEYING TECHNICIAN 11/10 — 03/14 Florida Department of Transportation — District 6 (Sub to CSA) FDOT Work 3.2, 3.3, 7,1, 7.2, 7,3 FM No.: 249941-1.32.01 1 SR 8231 NW 57 AVE from W 46 ST to W 53 ST Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the reconstruction of SR -823 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Bridge, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $14.2 M. Client Project Manager: Danny Iglesias, P.E., (305) 470-5289, danny.iglesias@dot.state,fl,us, 1023:02 1 SURVEYING TECHNICIAN 06/11 -12/13 Florida Department of Transportation - District 6 (Sub to CSA) FDOT Work 3,2, 3.3, 7,1, 7,2, 7.3 FM No.: 249941-4-32-01 1 SR 8231 NW 57 AVE from W 65 ST to W 84 ST Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the reconstruction of SR -823 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Bridge, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $16.5 M. Client Project Manager: Danny Iglesias, P.E,, (305) 470-5289, danny.iglesias@dot,state.fl.us, 1023:03 1 SURVEYING TECHNICIAN 06/11 -12/13 Florida Department of Transportation - District 6 (Sub to CSA) FDOT Work 3.2, 3,3, 7.1, 7,2, 7.3 FM No.: 249941-6-32-01 1 SR 8231 NW 57 AVE from W 53 ST to W 65 ST Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the reconstruction of SR -823 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Bridge, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $17.2 M. Client Project Manager: Danny Iglesias, P.E., (305) 470-5289, danny.iglesias@dot.state,fl.us. 1010:01 1 SURVEYING TECHNICIAN 02/12 - 03/14 Florida Department of Transportation - District 6 (Sub to Hardesty) FDOT Work 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 431178-1-32-01 1 SR 9341 NW 79 ST from W of E 5 AVE to 2800 BLK Firm was responsible for the collection of all survey data required by the designers for the development of engineering documents required for the milling and resurfacing of SR -934 within the limits of the project. Work included establishment of horizontal and vertical control, establish and/or recover existing alignment and r/w lines, Planimetric (2D) data, Topography/DTM (3D), Roadway Cross Sections, Side Streets, Drainage, Geotechnical, Sectional/Grant, Subdivision location, and Work Zone Safety. Construction Cost: $2.7 M. Client Project Manager: Jason Chang, P.E., (305) 470- 5331, jason.chang@dot.state.fI.us. Resume Page 414 C. H. Perez & Associates onsulting Engineers Inc. Scott J. Perkins, PSM Surveyor & Mapper / Project Manager e-mail: sip@p-a.cc POSITION Surveyor & Mapper Project Manager' DEPARTMENT Surveying and Mapping Subsurface Utility Engineering;, Scott has extensive management and field experience in all types of Surveying and Mapping projects, Right -of -Way mapping projects. YRS OF EXPERIENCE: 30 EDUCATION High School, South Miami. Senior High, 1975 Miami -Dade college Courses in Math and Surveying related PROFESSIONAL REGISTRATION Florida PSM No. 5686, 1996 PROFESSIONAL MEMBERSHIP Florida. Surveying and Mapping Society (FSMS) Miami -Dade Chapter member FSMS Past Vice -President. FSMS Past Director of Board Recent Project Experience 15151 SURVEYOR & MAPPER — Project Manager 02/16 — 05/21 Miami -Dade Expressway Authority (Sub to HNTB) FDOT Work 3.2, 4.1.1, 6,1, 7.1, 8.1 MDX Nos.: RFP -10.01 / RFP -16.02 1 General Engineering Consultant (GEC -A) Responsible for the collection and processing of survey work: 2D & 3D route surveys, 2D & 3D topographic surveys, bridge scanning, drainage surveys, baseline work, right of way monumentation, right of way mapping, right of way control surveys, parcel staking, parcel sketches, digital terrain models, leveling, establishment of horizontal and vertical control, and horizontal and vertical aerial photo control required for the implementation of improvements identified in the MDX Work Program. Client Project Manager: Albert Sosa, P.E., (305) 551-8100, asosa@hntb.com 1504 1 SURVEYOR & MAPPER — Project Manager 02/16 — 01/17 Miami -Dade Expressway Authority (Sub to T. Y. Lin / Oderbrech) FDOT Work 3.1, 7,1 FM No.: 83628.0701 RFP -14.03 SR -836 from West of NW 57 Ave to NW 17 Avenue Responsible for the collection and processing of survey data for all drainage work, missing roadway survey and digital terrain model data, surface utility and underground data required for the development of engineering documents for the reconstruction of SR -836 within the limits of the project. Construction Cost: $150,000,000.00. Client Project Manager: Juan Toledo, P.E., (305) 777- 4075, juan,toledo@mdxway.com 14051 SURVEYOR & MAPPER — Project Manager 02/16 — 08/19 Florida Department of Transportation — District 4 (Sub to HW Lochner) FDOT Work 3.1, 7.1, 7.2, 7.3 FM No.: 435346.2.32.01 1 C9G03 Districtwide Minor Design Projects Responsible for the collection and processing of survey data for all drainage work, missing roadway survey and digital terrain model data, surface utility and underground data required for the implementation of improvements identified in the scope of services of Miscellaneous Minor Projects. Construction Cost: $TBD. Client Project Manager: Brent Lee Shue Ling, P.E., (954) 777-4075, brent.lee-shue-ling@dot.state.fl.us, Work Experience SURVEYOR & MAPPER — Project Manager 02/2016 — PRESENT C. H. Perez & Associates Consulting Engineers, Inc. Responsible for the management of surveying and mapping projects, Miami office staff (6), field staff (16) and the quality control of deliverables. Projects include but are not limited to: 2D & 3D route surveys, 2D & 3D topographic surveys, bridge scanning, drainage surveys, baseline work, right of way monumentation, right of way mapping, right of way control surveys, parcel staking, parcel sketches, digital terrain models, leveling, establishment of horizontal and vertical control, and horizontal and vertical aerial photo control. LOCATION SURVEYOR 10/2008 — 01/2016 Florida Department of Transportation — District 6 Responsible for the management of over fifty Surveying and Mapping and Aerial Photogrammetry consultant contracts as well as the internal staff in charge of the review of deliverables. Negotiated contract rates, fee proposals and schedules for miscellaneous survey projects. Supervised the FDOT in-house field surveying crews in their performance of Route surveys, topographic surveys, Drainage surveys, baseline work, Right of Way Monumentation, Parcel staking, Digital terrain Models, Leveling, establishing Vertical control, Aerial Photo control (vertical and horizontal.) Managed the District Six GPS Program which included reviewing GPS submittals from FDOT consultants; establishing Permanent Horizontal Control Monuments for Dade and Monroe County; Utilizing GPS to establish Resume Page 112 C H. Perez & Associates Consulting Engineers, Scott J. Perkins, PSM Surveyor & Mapper! Project Manager State Plane Coordinates for Design Projects; and the pre -planning and post processing along with the Maintenance of the data base for all GPS projects. , CADD work was processed and delivered using MicroStation, CAiCE and Geopak software, ASSITANT LOCATION SURVEYOR Florida Department of Transportation — District 6 Responsible for the management of Surveying and Mapping and Aerial Photogrammetry consultant contracts as well as the internal staff in charge of the review of deliverables. Negotiated contract rates, fee proposals and schedules for miscellaneous survey projects, Supervised the FDOT in-house field surveying crews in their performance of Route surveys, topographic surveys, Drainage surveys, baseline work, Right of Way Monumentation, Parcel staking, Digital terrain Models, Leveling, establishing Vertical control, Aerial Photo control (vertical and horizontal.) Managed the District Six GPS Program which included reviewing GPS submittals from FDOT consultants; establishing Permanent Horizontal Control Monuments for Dade and Monroe County; Utilizing GPS to establish State Plane Coordinates for Design Projects; and the pre -planning and post processing along with the Maintenance of the data base for all GPS projects. CADD work was processed and delivered using MicroStation, CAiCE and Geopak software. 08/2007 —1012008 ASSITANT TO HEAD OF SURVEY SECTION 12/2003 — 08/2007 Miami Dade County Public Works Department - Surveying/Right-of-Way Section Supervised the in-house field surveying crews in their performance of Route surveys, topographic surveys, Drainage surveys, baseline work, Right of Way Monumentation, Parcel staking, Digital terrain Models, Leveling, establishing Vertical control, Aerial Photo control (vertical and horizontal.) Managed the District Six GPS Program which included reviewing GPS submittals from FDOT consultants; establishing Permanent Horizontal Control Monuments for Dade and Monroe County; Utilizing GPS to establish State Plane Coordinates for Design Projects; and the pre -planning and post processing along with the Maintenance of the data base for all GPS projects. CADD work was processed and delivered using AutoCAD and Land Development software. ASSITANT LOCATION SURVEYOR 12/1996 —1212003 Florida Department of Transportation — District 6 Responsible for the management of Surveying and Mapping and Aerial Photogrammetry consultant contracts as well as the internal staff in charge of the review of deliverables. Negotiated contract rates, fee proposals and schedules for miscellaneous survey projects. Supervised the FDOT in-house field surveying crews in their performance of Route surveys, topographic surveys, Drainage surveys, baseline work, Right of Way Monumentation, Parcel staking, Digital terrain Models, Leveling, establishing Vertical control, Aerial Photo control (vertical and horizontal.) Managed the District Six GPS Program which included reviewing GPS submittals from FDOT consultants; establishing Permanent Horizontal Control Monuments for Dade and Monroe County; Utilizing GPS to establish State Plane Coordinates for Design Projects; and the pre -planning and post processing along with the Maintenance of the data base for all GPS projects. CADD work was processed and delivered using MicroStation, CAKE and Geopak software, VARIOUS SURVEYING POSITIONS Task Surveyors, Inc. Started working as a rod person in a surveying field crew, switched to instrument person and later to party chief. Transferred from field to office work and worked as a survey technician processing all the field data from the data collectors to the processing and CAD software and developed deliverables for the clients. 01/1986 —1111996 Resume Page 212 C. M. Perez Associates Consulting Engineers Inc,, Arturo R. Toirac, PSM Right of Way Mapping Surveyor & Mapper mai(: art@p-a,cc POSITION Surveyor & Mapper DEPARTMENT Surveying and Mapping YRS OF EXPERIENCE: 54 ;EDUCATION' BS Civil Engineering, 1962 Urniversidad de la Habana PROFESSIONAL REGISTRATION Florida PSM No. 3.102,1977 Arturo joined CHPerez in 2006 and just prior to that he served as FDOT D6 Right -of -Way Surveyor for 19 years. He brings an extensive wealth of knowledge/history on the D6 State Highway System. 15151 SURVEYOR & MAPPER / RIGHT OF WAY 07/15 — 06/16 Miami -Dade Expressway Authority (Sub to HNTB) FDOT Work: 3.1, 3.2, 6.1, 6.2, 8.1, 8.2, 8.4 Job No.: RFQ-10-03 FY15 1 GEC -A 1 General Engineering and Surveying Services 83611.151 ISR 836 /1-95 Interchange Improvements 87410.151 1SR 874 Ramp Connector to SW 128th Street Responsible for providing right of way mapping services for projects identified in the MDX work program for the fiscal year. Work included the roadway plans production services, development of parcel sketches, boundary surveys, R/W Control Survey Maps and R/W Maps, performing roadway surveying services, providing project management for the bridge maintenance program, performing traffic data collection and traffic studies. Client Project Manager: Albert Sosa, PE, (305) 551-8100, asosa@hntb.com 1501 1 SURVEYOR & MAPPER 1 RIGHT OF WAY 01/15 01/17 Florida Department of Transportation — District 6 (Prime) FDOT Work: 3.1, 7.1 FM No.: 434773-1-32-01 1C9191 Collins Ave. from 4700 Block to 5800 Block Responsible for the development of engineering documents required for the reconstruction of SR -AIA within the limits of the project. Work included parcel sketches required for signalization improvements to bring corridor to current standards. Construction Cost: $TBD. Client Project Manager: Ana Arvelo, P.E., (305) 470-5210, ana,arvelo@dot.state,fl.us. 14181 SURVEYOR & MAPPER / RIGHT OF WAY 01/15 — 01/18 Florida Department of Transportation — District 6 (Sub to Stantec) FDOT Work: 7.1, 7.2, 7.3, 8.1, 8.2 FM No.: 250093-3-32-01 1 C9156 SR 826 / Palmetto Expy EB Ramp to SR 9A /1-95 Northbound Responsible for the development of engineering documents required for the reconstruction of SR -826 at the Golden Glades Interchange. Work included roadway surveying, parcel sketches, boundary surveys, right of way control mapping, right of way mapping, subsurface utility exploration, signing, pavement markings, signalization, lighting and minor structures improvements required to reconstruct the corridor to the interim PD&E configuration. Construction Cost: $160 M. Client Project Manager: Ali R. Toghiani, P,E., (305) 470-4343, ali.toghiani@dot.state.fl.us. 12071 SURVEYOR & MAPPER/ RIGHT OF WAY 01/14 — 01/19 Florida Department of Transportation — District 6 (Sub to CSA) FDOT Work: 3.2, 7.1, 7.2, 7.3, 8.1, 8.2 FM No.: 429140-1-32-01 I C9672 SR -5 / US -1 / Overseas HWY S MacDonald to S of Coppitt RD Responsible for the development of engineering documents required for the widening and milling and resurfacing of SR -5 within the limits of the project. Work included roadway surveying, parcel sketches, boundary surveys, signing, pavement markings, signalization and lighting improvements required to bring corridor to current standards, Construction Cost: $1.5 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state.fl.us, 1206:01 1 SURVEYOR & MAPPER / RIGHT OF WAY 04/12 — 06/14 Florida Department of Transportation — District 6 (Sub to Lochner) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 430670-1-32-01 I C9461 SR 5 / Truman AVE from Whitehead ST to Eisenhower DR Responsible for the development of engineering documents required for the milling and resurfacing of SR -5 within the limits of the project. Work included roadway surveying, right of way control survey, signing, pavement markings, signalization and lighting improvements required to bring corridor to current standards, Construction Cost: $1.5 M. Client Project Manager: Ali R. Toghiani, P,E., (305) 470-4343, ali.toghiani@dot.state,fl,us, Resume Page 112 C. H. Perez & Associa es Consul ing Engineers, Inc. Arturo R. Toirac, PSM Right of Way Mapping - Surveyor & Mapper 11041 SURVEYOR & MAPPER / RIGHT OF WAY 06/11 - 06/16 Florida Department of Transportation - District 6 (Sub to TY Lin) FDOT Work: 6.1, 6,2, 8.1, 8.2, 8.4 FM No.: 251688-1-32-01 1 C9279 1-395 Signature Bridge Responsible for providing surveying, right of way mapping and traffic engineering services to develop conceptual plans for the reconstruction of the 1-395 corridor between 1-95 and the McArthur Causeway Bridge and providing a signature bridge along the corridor. Work included collecting a full 2D & 3D roadway survey, preparing parcel sketches, boundary surveys, right of way control map, right of way map, and the evaluation of PD&E proposed traffic conditions. Client Project Manager: , (305) 640-7186, maria.perdomo@dot.state.fl.us. 1004:01 I SURVEYOR & MAPPER / RIGHT OF WAY 01/10-12/11 Florida Department of Transportation - District 6 (Prime) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 425637.1-32.01 1 C8X87 SR -7 / NW 7 AVE from 813 N of NW 157 AVE to SR -9 Responsible for the development of engineering documents required for the reconstruction of eleven on/off ramps to access SR -7 within the Golden Glades Interchange (GGI). Work included roadway surveying, signing, pavement markings, signalization, lighting and ITS improvements required as the result of the reconstruction. Construction Cost: $5.2 M. Client Project Manager: Ali R. Toghiani, P.E,, (305) 470-4343, ali.toghiani@dot.state,fl.us. 1004:02 1 SURVEYOR & MAPPER / RIGHT OF WAY 11/10 -12/11 Florida Department of Transportation - District 6 (Prime) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 428476-2-32-01 1 C8X87 SR 9 / NW 27 AVE from South of ramp from Park & Ride to GGI Responsible for the development of engineering documents required for the reconstruction of on/off ramps connecting SR -9 to SR -7 within the Golden Glades Interchange. ork included roadway surveying, signing, signing, pavement markings, signalization, and lighting improvements required as the result of the reconstruction. Construction Cost: $1.1 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state.fl.us. 1004:03 1 SURVEYOR & MAPPER / RIGHT OF WAY 10/11 -12/14 Florida Department of Transportation - District 6 (Prime) FDOT Work: 3.2, 3.3, 7.1, 7.2, 7.3 FM No.: 429134-1-32-01 1 C8X87 SR 826/GGI from SR 91 / SE end of bridge to East of NW 1 AVE Responsible for the development of engineering documents required for the milling and resurfacing and partial reconstruction of on/off ramps connecting SR -826 and 1-95 the Golden Glades Interchange. ork included roadway surveying, signing, signing, pavement markings, signalization, lighting and ITS improvements required as the result of the reconstruction. Construction Cost: $1.7 M. Client Project Manager: Ali R. Toghiani, P.E., (305) 470-4343, ali.toghiani@dot.state.fl.us. Resume Page 212 _______ — ^ �| \ Lead Geotechnical eer EDUCATION o MS, Civil Engineering, 1988 - Georgia Institute of Technology, Atlanta, GA " MS, Civil Engineering, 1986 - Florida International University, Miami, FL � BS, CiviI Engineering, 1978 - University of Cartagena, Colombia Medley, Florida PROFESSIONAL REGISTRATIONS " Professional Engineer, Florida 42045 PROFESSIONAL AFFILIATIONS American Society of Civil Engineers __-____- - _ - EXPERIENCE SUMMARY Geotechnical engineer with more than 32 years of experience with transportation, industrial, pOrts. civil and projects. His experience includes design, planning, execution of new geotechnical projects and the remedial procedures to correct foundation problems of existing structures, extensive involvement with axial and lateral pile analyses, slope stability evaluation on retaining walls and embankment projectsVe|nggeoayntheUore1nfoP:enO8nt Other specialties include design ofnumerous retaining walls types such as mechanically stabilized earth, reinforced concrete, sheet pile cantilever and. anchored walis. SUM-Mwtonr Mr. Ramos has been technically involved with numerous FDOT, MDX and Miami -Dade County projects. The following list indudes several selected projects: SR 826U~75 Express lanes, from South of SR 836toNW170mStreet, 06Design Build -FPyD No. 432687- 1~52~01 - Miami -Dade CoQnty, Florida. Design (on-going): Providing all the final field exploration and geotechnical design of thThe construction of the express lanes includes the widening of all existing brldges, from north of NW 25fh Street toNVV13Gm Street, constructlon of one new bridge connecting the express lanes from 8R82Hto|-75and two new 2span bridges over GR024Ramps. Most of the bridges widening are supported on 18 -inch square prestressed concrete driven piles. The new bridges are supported on 24 -inch square prestressed concrete driven piles. The project also inC|udGo the design and construction of a new anchored bulkhead along Peter's Pike Canal, from north of NW 103 Street to 1L75 South Ramp to SR 826 to help accommodate the widening of SR 826 and miscellaneous sign and gantry toll structures. Construction (on-going) - Performing 10096 dynamic pile |08d testing (PDA) estimating pile order lengths prior testing to speed up the construction. In addilion, performing CSL testing on miscellaneous shafts. ▪ Year Ending: (on-going) . Firm: HR Engineering Services, Inc. • Rote: Projectject Geotechnical Engineer and EOR • Client: FDOT PM: Teresa Alvarez, P.E. - Tel: (305) 470-5142. SF0826/SR 836 Palmetto Expressway/Dolphin Expressway Interchange Complex/FDOT, D6 Design Build ~FPU0No. 249501~1~52-01.Miami-Dade County, Florida. Design (2015): Reconstruction of entire interchange, including 46 new bridges (4 of them are segmental bridges), embankments, MSE walls and miscellaneous structures. Provided all the final field exploration and geotechnical design of the project. The bridges are supported on 24 and 30 -inch square concrete piles. Due to the high column loads at the segmental piers, the foundation design included a group axial and lateral pile analysis using FB-MultiPier program, combined with an axial rock punching shear analysis to be able to bear the piles on the second, relatively thin rock layer. Constructlon (2015): Performing dynamic pile Ioad testing(POA)and verification testing for the project, pnJviding pile lengths and driving criteria. In addition, performing CSL testing on miscellaneous shafts and PIT on driven piles. • Year: 2015 • Firm: HR Engineering Services, Inc. • Role: Principal Geotechnical Engineer ° Client: FDOT PM, HR Engineering Services, Inc. Hernando R. Ramos, P.E. Lead Geotechnical Engineer 21Page Widening of SR 83/1-75, from North of SR 80 to South of SR 78/FDOT, D1 Design Build - FPID No. 41,3066- 1-52-01, Lee County, Florida. Design (completed 2013): HRES provided final field exploration and geotechnical design for the entire project. It consists of the widening and reconstruction of approximately 1.6 miles of roadway and four bridges, including the widening of the left and right bridges over the Caloosahatchee River in Fort Myers, Florida. The two, 3,900 long bridges are being widened to the inside. The bridges are supported on 63 bents as follows: 2 end bents, 41 pile bents and 20 intermediate piers. The bridge is about 65 feet high at the ship crossing. Due to the pile bent heights, the foundation design included the analysis of multiple pile bents for axial and lateral pile analyses using FB-MultiPier program. Each pile bent had three piles, two of them had to be battered to avoid the existing battered piles and provide the require stability. The bridge used 24 -inch driven piles for the end bent and pile bents and 30 -inch driven piles for the piers, Most of the bents required ship impact and scour. Construction (2015): performed dynamic pile load testing (PDA) and verification testing for the project, providing pile lengths and driving criteria. In addition, performed CSL testing on miscellaneous shafts. ■ Year: 2015 ■ Firm: HR Engineering Services, Inc. ■ Role: Principal Geotechnical Engineer ■ Client: FDOT PM, Nik Patel, P.E. ■ Tel: 941.465.0411■ 1-95 Managed Lanes, from SR 112 to Golden Glades Interchange/FDOT, D 6 Design Build — FPID No. 415456-1-52-01 - Miami -Dade County, Florida. Design (completed 2009): Provided all the final field exploration and geotechnical design of the project. 1-95 Bridges widening — Performed group axial and lateral analyses using 18 -inch square prestressed concrete driven piles for the 1-95 bridges. For 1-95/SR 112 Interchange flyovers, retrofitted all the existing piers using 13.6 -inch diameter steel driven piles and 7 -inch diameter micropiles while the traffic was open on the flyover structures after bridge retrofitting, the closest piers to 1-95 were removed to be able to widen the roadway and the extra new loads were taken by the retrofitted piers. In addition, included the design of new retaining walls, miscellaneous structures, and widening of the roadway embankments. Construction (completed) - Recommended dynamic pile load and verification testing (PDA) at every bridge widening and bridge foundation retrofit. Recommended static load test on micropiles used to retrofit bridge bents. Provided production pile lengths and driving criteria. ■ Year Ending: 2011 ■ Firm: HR Engineering Services, Inc. ■ Role: Project Geotechnical Engineer ■ Client: FDOT PM: Jason Chang, P.E. - Tel: (305) 470-5331 ■ NW 25th Street Viaduct — From NW 22nd Street to SR 826/ FDOT, D 6 — FPID No. 405665-3-52-01, Miami - Dade County, Florida. Design: Group axial and lateral analysis of 24 -inch square prestressed concrete driven piles. The viaduct structure has a maximum span of 220 feet. Our recommendations for minimum pile tip elevations were based on the lateral analysis, combined with an axial rock punching shear analysis to be able to bear the piles on the second, relatively thin rock layer. Construction: Recommended dynamic pile testing (PDA) at every pier located in the canal and at every other pier located in the ground. PDA testing (including verifications) was conducted and production pile lengths and driving criteria were provided. Performed PIT on driven piles. ■ Year Ending: 2011 ■ Firm: HR Engineering Services, Inc. ■ Role: Principal Geotechnical Engineer ■ Client: FDOT PM, Jason Chang, P.E. ■ Tel: 305.470.5331 ■ Work History January 1978 - December 1982, Caminos Vecinales (Colombia) January 1983 to May 1988, Graduate Studies in FIU and Georgia Tech. June 1988 - December 1998, Law Engineering Services, Inc. January 1999 to Present, HR Engineering Services, Inc. HR Engineering Services, Inc. LILADHAR NIRA Geotechnical Engineer Medley, Florida EDUCATION PROFESSIONAL REGISTRATIONS • M.S. CMI Engineering, 2004 - University of Florida, • Professional Engineer, Florida 69917 Gainesville, FL • M.S. Civil Engineering, 1994 - Oxford University, Oxford, UK EXPERIENCA SUMMARY Geotechnical engineer with over 11 years of experience performing geotechnical projects. He has been involved in the execution of numerous design projects. His experience includes design of new geotechnical projects, extensive involvement with axial and lateral pile analyses using both FB -Deep and FB-MultiPier programs, slope stability evaluation of retaining walls and embankments reinforced with geosynthetics. Other specialties include design of retaining walls types such as mechanically stabilized earth and sheet pile cantilever walls. so_ MVMmARY of _KEY-PR.OJECIT'S Mr. Niraula has been technically involved with numerous FDOT, MDX and Miami -Dade County projects. The following list includes several selected projects: SR 826/SR 836 Palmetto Expressway/Dolphin Expressway Interchange Complex/FDOT, D6 Design Build - FPID No. 249581-1-52-01, Miami -Dade County, Florida. Design (on-going): Reconstruction of entire interchange, including 46 new bridges (4 of them are segmental bridges), embankments, MSE walls and miscellaneous structures. Provided all the final field exploration and geotechnical design of the project. The bridges are supported on 24 and 30 -inch square concrete piles. Due to the high column loads at the segmental piers, the foundation design included a group axial and lateral pile analysis using FB-MultiPier program, combined with an axial rock punching shear analysis to be able to bear the piles on the second, relatively thin rock layer. Construction (on-going): performing dynamic pile load testing (PDA) and verification testing for the project, providing pile lengths and driving criteria. In addition, performing CSL testing on miscellaneous shafts and PIT on driven piles. • Year: 2015 • Firm: HR Engineering Services, Inc. • Role: Project Geotechnical Engineer ■Client: FDOT PM, Ali Toghiani, P.E. • Tel: 305.470.5492 ■ Widening of SR 83/1-75, from North of SR 80 to South of SR 78/FDOT, D1 Design Build - FPID No. 413066-1-52-01, Lee County, Florida. Design (completed, 2013): HRES provided final field exploration and geotechnical design for the entire project. It consists of the widening and reconstruction of approximately 1.6 miles of roadway and four bridges, including the widening of the left and right bridges over the Caloosahatchee River in Fort. Myers, Florida. The two, 3,900 long bridges are being widened to the inside. The bridges are supported on 63 bents as follows: 2 end bents, 41 pile bents and 20 intermediate piers. The bridge is about 65 feet high at the ship crossing. Due to the pile bent heights, the foundation design included the analysis of multiple pile bents for axial and lateral pile analyses using FB-MultiPier program. Each pile bent had three piles, two of them had to be battered to avoid the existing battered piles and provide the require stability. The bridge used 24 -inch driven piles for the end bent and pile bents and 30 -inch driven piles for the piers. Most of the bents required ship impact and scour. Construction (on-going): performing dynamic pile load testing (PDA) and verification testing for the project, providing pile lengths and driving criteria. In addition, performing CSL testing on miscellaneous shafts. • Year: On-going ■ Firm: HR Engineering Services, Inc. • Role: Project Geotechnical Engineer ■ Client: FDOT PM, Nik Patel, P.E. • Tel: 941.465.0411 ■ HR Engineering Services, Inc. Liladhar Niraula, P.E. Geotechnical Engineer 2 1 P a g e 1-95 Managed Lanes, from SR 112 to Golden Glades Interchange/FDOT, D 6 Design Build — FPID No. 415456-1-52-01 - Miami -Dade County, Florida. Design (completed, 2009) — Provided all the final field exploration and geotechnical design of the project. 1-95 Bridges widening — Performed group axial and lateral analyses using 18 -inch square prestressed concrete driven piles for the 1-95 bridges. For I-95/SR 112 Interchange flyovers, retrofitted all the existing piers using 13.6 -inch diameter steel driven piles and 7 -inch diameter micropiles while the traffic was open on the flyover structures after bridge retrofitting, the closest piers to 1-95 were removed to be able to widen the roadway and the extra new loads were taken by the retrofitted piers. In addition, included the design of new retaining walls, miscellaneous structures, and widening of the roadway embankments. Construction (completed) - Recommended dynamic pile load and verification testing (PDA) at every bridge widening and bridge foundation retrofit. Recommended static load test on micropiles used to retrofit bridge bents. Provided production pile lengths and driving criteria. ■ Year Ending: 2011 ■ Firm: HR Engineering Services, Inc. ■ Role: Project Geotechnical Engineer ■ Client: FDOT PM: Jason Chang, P.E. - Tel: (305) 470-5331■ Earlington Heights Metrorail Extension, From Earlington Heights Metrorail Station to MIC/MDT Project —Contract No. NCP004-TR06-CT2 - Miami -Dade County, Florida. Design (completed, 2008): Provided all the final field exploration and geotechnical design of the project. Performed group axial and lateral analyses of 24 -inch diameter augercast piles and 36 -inch diameter drilled shafts. The Metrorail guideways have span lengths exceeding 150 feet. The structure has both continuous post - tensioned concrete segments and concrete segmental spans. A great portion of the Metrorail alignment consisted of a single pier supporting two Metrorail guideways. Our recommendations for minimum pile tip elevations were based on the lateral analysis. Construction (completed): Recommended a total of 7 axial compression Statnamic load tests, 2 lateral Statnamic load tests in addition to 1 axial compression static and 3 axial tension static load tests. ■ Year Ending: 2012 ■ Firm: HR Engineering Services, Inc. ■ Role: Project Geotechnical Engineer ■ Client: MDT PM, Ronald Steiner, P.E. ■ Tel: 305.469.5280■ SR 874/Killian Parkway Interchange, From HEFT to SW 88th Street/MDX — Task No. 87404, Miami -Dade County, Florida. Design (completed, 2006): Performed the final field exploration and geotechnical design for three bridge widening. Bridge over SR 874 continuous span structure with span length of 240 feet. The deck (concrete) and the steel structure were built together. The project has roadway widening, MSE walls, miscellaneous structures and 28,000 linear feet of noise walls. Construction: Recommended dynamic pile testing (PDA). ■ Year Ending: 2011 ■ Firm: HR Engineering Services, Inc. ■ Role: Project Geotechnical Engineer ■ Client: MDX PM, Alfred Lurigados, P.E. ■ Tel: 305.637.3277 ■ Miami River Tunnel Project, Miami -Dade County, Florida. Mr. Niraula was involved in the collection of geotechnical data from nearby projects and preparing preliminary geotechnical recommendations for foundation and construction. ■ Year Ending: 2006 ■ Firm: HR Engineering Services, Inc.■ Role: Project Geotechnical Engineer ■ Client: City of Miami/Reynolds Smith and Hills, PM Jeff V. Easley, P.E. ■ Tel: 786.388.0234 ■ Florida Keys Bridge Scour Study, Monroe County, Florida. Mr. Niraula was involved in the collection of existing geotechnical information from 50 bridges as well as preparing tables, and summarizing all collected information per bridge structure. This information will be used in the scour analysis for every single structure. ■ Year Ending: 2009 ■ Firm: HR Engineering Services, Inc. ■ Role: Project Geotechnical Engineer ■ Client: FDOT/OEA, Inc., PM Mark Gosselin, P.E., Ph. D. ■ Tel: 352.377.9524 ■ Work History May 2005 to Present, HR Engineering Services, Inc. HR Engineering Services, Inc. Approach and Methodology ANWSP PARSONS BRINCKERHOFF TAB 3 APPROACH & N ETHODOLOGY The WSP 1 Parsons Brinckerhoff approach provides the City of Miami Beach (CMB) with a hands-on, experienced staff familiar with roadway, bridge, and building construction; the design intent; material properties; scheduling; MOT and documentation. From our experience working on your projects and established relationships with your personnel, our staff can assuredly provide you projects that are economically beneficial, timely, and of high quality. 1 - Administer the Construction Contract Anticipating problems, recommending solutions, and keeping CMB staff well informed are at the heart of our Project Approach. Our intent is to provide a level of service and ownership such that CMB representatives can confidently minimize their time and involvement on each project. We will act as an extension of the CMB while verifying each person assigned to a task performs in compliance with the requirements of our contract. Our primary goal will be to verify each aspect of the project is performed and/or constructed in reasonable compliance with the plans, specifications, special provisions and related contract documents. We offer innovative problem solving and a well-qualified staff who strive for fair and timely resolution of issues. WSP 1 Parsons Brinckerhoffhas successfully administered numerous construction projects throughout Florida. Our Project Approach addresses administrative issues throughout the life of each project - preconstruction, construction and post - construction. Experience brings confidence in resolving issues at the lowest level and negotiating changes. Our staff is familiar with industry standard procedures with regard to how construction projects are administered. 2 - Resident Engineering Services The importance of starting off a project correctly cannot be overemphasized. The time invested upfront in establishing relationships, building joWSP trust, agreeing on communication protocols and interaction with the public is a small investment for the return delivered during the work. General Coordination Communication and coordination among the CMB, Miami -Dade County, contractor, CEI and other agencies is critical to the successful execution of the contract. WSP 1 Parsons Brinckerhoff will provide such communication through the use of written correspondence, phone conversations, meetings and use of ProjectSolve2 - our proprietary internet- based collaboration tool. We will provide all parties with accurate and timely information to minimize confusion or duplication of effort. A list of some of the key groups with whom we may need to coordinate includes: Coordination Project Stakeholders FDOT Contractors/ Subcontractors Miami -Dade County Adjacent Municipalities Florida Highway Patrol Business Owners/Resident Utility Companies So Florida Water Mgmt District Local First Reponders FL Dept. of Environmental Protection A list of the key personnel's phone, cell phone and fax number, as well as their e-mail addresses and names and contact information of their assistants will be distributed among the team and provided to the CMB Project Manager. ' P31$1115 erfiaetl8rf 00 SnfuiiOn To expedite and ease the flow of information to all stakeholders, we would like to introduce this tool that will allow the entire project team to easily communicate regardless of their physical location. ProjectSolve2 adapts to unique business processes and facilitates the synthesis of the various information systems often found among project partners. The significant benefits to be derived from the use of PARSONS RFUNOKERNOFF City of Miami Beach I Various CEI Services on an "As -Needed" Basis 12017.028-K'B ProjectSolve2 for the challenges of this project include: • Facilitating team coordination and cohesion; thus, accelerating project start-up. • Providing team members with finger-tip access to the right information when they need it. • Eliminating simple but costly information requests and administrative tasks. • Providing for efficient document review and publishing processes. • Retaining valuable knowledge in a manner that enables future re -use. • Easing scheduling and event management with logically -crafted calendars and online meeting tools. Our team will set-up ProjectSolve2 to facilitate communication, store records for observation and comment and track submittals. We will also activate features which will immediately notify individuals, via email, when an item of interest to them is posted on the site. The CMB will find summary reports and updates immediately available. The system can be set up to allow limited access to selected folders of information for less involved project stakeholders like businesses and residential groups. We understand the CMB requires documents to be retained in e -Builder". FDOT also utilizes their own document system, which the requirement information from WSP 1 Parsons Brinckerhoff's ProjectSolve2 is transported into the Department's system. We will verify all documentation will be available as required in e -Builder'". Meetings We will schedule a kick-off meeting with CMB personnel prior to the preconstruction meeting to discuss critical aspects of each job and introduce assigned key personnel. Our team is committed to the principles of partnering and partnering objectives in improving communications, increasing 110WSR PARSONS BRINCKERHOFF City of Miami Beach 1 Van Approach & M thodoiegy 1 TAB 3 trust and expediting decision making among all members of the project team. In coordination with the CMB, the WSP 1 Parsons Brinckerhoff team will attend "Pass the Torch" meetings with ROW, survey, Engineer of Record (EOR), Design Project Manager and PD&E to make sure the team is aware of previous commitments made or other concerns discovered in the development of a project. During preconstruction, our staff will proactively gain copies of all such agreements and manage compliance with all agreements made by the CMB. The Project Manager (PM) and/or Project Administrator (PA) will keep in daily contact with the contractor to verify adequate inspection staff is on site to observe work activities and provide required testing. Contact with the CMB's representative will be on a regular basis and the EOR as needed. We will have the contractor provide a copy of the notification they are sending regarding road closures, utility outages, etc. for review and monitor to verify residents, business and emergency agencies are properly notified. The PA will e-mail the Public Information Office (PIO) after each weekly progress meeting for notification as to upcoming events that may concern and/or impact the travelling public or other stakeholders. Note: The CMB and the PIO office will be notified immediately of any other unexpected event as deemed appropriate for the notification to the public. An emergency call list will be established and a notification matrix established to verify appropriate notification to the CMB, PIO and others. Estimating Services As part of the weekly and monthly oversight, our team will ensure that estimates and schedules are reviewed timely and accurately to avoid cost overruns and schedule impacts. We understand the CMB makes commitments both to elected officials and the community with regard to cost and impacts. These commitments must be met or addressed in a s CEI Services on an "As-Need.sd" `Basis 1 2017 -028 -KB timely manner as to show transparency throughout the life of the project. Value Engineering Meetings WSP I Parsons Brinckerhoff's goal will always be to create the greatest possible value for CMB. We have found that incorporating value engineering into the design and construction process results in greater added value and reduced costs for our clients. Our experienced team will participate and guide the CMB in all aspects of the project when making value engineering decisions. Some of the areas of value engineering include: • Cost Reduction: suggestions of less expensive alternatives to specified materials and systems • Value Added: higher quality products that will increase value for the CMB • Maintainability: recommendations of systems and products that will reduce maintenance costs Residents' Information Meetings Public information activities during project start- up always allow for smooth -running projects. If the public is made fully aware of the planned work, schedule and potential impacts, they are more accepting of the project. It is our goal to keep residents and emergency personnel informed of planned activities. We anticipate meeting with local residents in the Resident Information Meetings. The public should have their concerns and complaints addressed in a timely manner, and we will be responsive and proactive with this group. Pre -Construction Meetings Once the notice -to -proceed has been issued to the contractor, a preconstruction meeting will be scheduled. The preconstruction meeting will establish a framework for handling technical and logistical issues between the CMB, contractor and CEI team. We also will schedule meetings with the individual utilities impacted by the project, as well as any other affected agencies. The PM will chair these meetings and verify the minutes are distributed. Appy; h Methodology 1 TAB 3 Weekly Construction Progress Meetings Weekly progress meetings will be chaired by either the PM or PA with the participation of the contractor, CMB, EOR and other stakeholders as deemed appropriate and effective. A weekly written report will be prepared to distribute at the beginning of each meeting as to what work has progressed, issues/incidents along with an outline of what is to be discussed during the meeting. A basic outline of a typical meeting will be: • Project Status (time and money) • Two -Week Look Ahead • Schedule (with notes on potential impacts) • Claim Issues • Request for Information (RFIs) • Construction Document Clarification (CDCs) • Shop Drawings • Supplemental Agreements (SA)/ Change Orders (CO) • Design Concerns (including scheduling Designer of Record for Field visit) • Construction Concerns • Planned Lane Closures • Utility Outages • Other issues as they may arise Logs will be provided for those items needing to be tracked (RFIs/CDCs, Shop Drawings, SA/CO). Each topic will be addressed and others added as needed to verify items of concern are addressed and either a resolution is determined or assignments and time frames are made to quickly resolve and respond to keep the project on schedule and budget. Minutes will be produced and forwarded to attendees and any corrections will be made and recorded in next meeting. WSPPARSONS City of Miami Beach 1 Various CEI Services on an "As -Needed" Basis 1 2017-023-K3 Er Field Observations On a daily basis, the PA and Senior Inspector will verify that inspection staff is assigned and available throughout the day to observe all construction activities. The PA will inform the CMB 24 hours in advance of any joint inspections required by the CMB. If deemed necessary, the CMB will provide part-time construction inspectors for the duration of the Project. We understand the role of the CMB's construction inspectors will be limited. Stormwater Permit Inspectors who have successfully completed the Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program and are familiar with the NPDES permit and the CMB's guidelines will verify the required permit is in place with the correct submittal of those performing erosion control on the project. A weekly review, at a minimum, will check required records regarding stormwater to verify accuracy by the contractor's approved project personnel and any deficiencies that will be addressed promptly with the contractor. Specialty Design Consultant Site Visits For the most part, any specialty site visit from the EOR will be identified as being required at the Weekly Progress Meetings. Otherwise, the PM or PA will notify and schedule the site visit with the EOR. A log will be kept as to whom (the CMB or the contractor) requested the site visit, date of visit, what was discussed and any action items assigned for completion. Daily Reports Senior Inspectors and Inspectors assigned to a project will keep accurate, detailed, objective and complete records of the work being performed on their assigned task by completing a Daily Work Report (DWR). Reports will contain the details outlined in the Scope of Services such as: • Work being performed (location) • Testing being performed and results for that day jirWSP Approach & Methodology i TAB 3 • Manpower • Materials and equipment utilized • Direction given • Visitors on project • Weather • Impacts to progress The PA will review the DWR for content and accuracy. The original reports will be compiled each week and submitted to the CMB for review. Photographic Record Digital videos and/or photographs will be taken prior to any work performed for the entire project to document existing conditions. This will be repeated at the conclusion of the project. Once construction has begun each week, photos showing the progress of work will be taken and labeled with date, time and location and uploaded and filed by month into e -Builder'"'. Adherence to Construction Documents Inspectors will review materials and workmanship of the projects to verify reasonable compliance with the construction documents. Any suspect deviations will be brought to the PA or PM for review and determination of acceptability of the work and materials. The PA or PM will contact the CMB outlining any deviations and we will make recommendations to the City to reject non- conforming items. Delivery of Unaccepted Materials to Jobsite The Senior Inspectors and Inspectors will check the material certifications and samples, when materials are delivered to the project site, as to compliance with contract requirements and shop drawings. The PA will immediately notify the CMB if the submittal has not been approved and issue a Non - Compliance Notice. The PA or Senior Inspector will direct and supervise the sampling and testing of materials to City of Miami Beach 1 Various CEI Ser on an "As -Needed" Basis 1 2017 -028 -KB be performed by the testing laboratory and will involve the Designer of Record (if necessary). Test report logs will be maintained by the Contract Support Specialist (CSS) to be submitted monthly for review by the CMB and uploaded into e-Builderr' on a weekly basis. Invoices submitted by the testing laboratories will be reviewed by the CSS and will provide payment recommendation to the CMB. Shop Drawing Submittals The PM and/or PA shall review shop drawings and product approvals required for the project. The approved documents will be reviewed with the inspection staff so they are familiar with materials and how they should be incorporated into the project prior to arrival of these materials. The CSS will keep an independent Shop Drawing Log to ensure timely submittals and status of shop drawings and verify with against the contractor's submittal log and that the approved shop drawings are being uploaded to e- Builder-. Issuance of Non-compliance Notices The PM or PA will be responsible to review all potential non-compliance conditions as determined by the inspection staff and determine if there is an immediate threat to public health or safety. After this review, the PM or PA will notify the CMB of conditions or materials that are still believed to not comply with the construction documents. An immediate verbal notification of potential non- compliance (Pre -Noncompliance Notice) will be made to the contractor and the City if not a threat to health or safety. Details of this notice will be in the DWR with corrective action and timeframe for correction. The PM or PA will notify the CMB and the CMB's Projects Coordinator to issue a Non -Compliance Notice if the Contractor failed to respond in a reasonable timeframe. When the condition imposes an immediate threat to public health or safety, the PM or PA will immediately notify the Contractor and the CMB and a Non -Compliance Notice will be issued to Approach & N'lathoioloyy 1 TAB 3 the contractor. The PM or PA will provide the description of the non-compliant work as to the particular area, reference the Construction Document and the when the contractor is required to implement the corrective action identified in the Notice. Damage to Existing Facilities Any damage to existing facilities as identified by any CEI staff member will be reported to the PA. The PA will verify the contractor has notified the respective owner(s). Photos will be taken and incident details will be provided in an Incident Report and documented in the inspector's daily report. Change Orders There is almost always a change order in every project. The PM and/or PA will participate in change request review meetings to resolve and/or negotiate in settlement of issue. Any request made by the contractor will be evaluated and a recommendation given to the CMB as to proceeding with a change order. An independent analysis will be performed as to time and cost impacts to the project. A change Order Log will be maintained by the CSS to show the description of the change order, the process of the change order (i.e. when the required written approvals or denials have been sent and received and when agreements have been reached and processed.) The PM and/or Paul Smith will review time impacts. The PM/PA and/or CSS will determine costs. Requests for Information/Construction Document Clarification (RFIs/CDCs) All submitted RF1s/CDCs will be required to have a time frame for when the response is needed. The RFIs/CDCs will be prioritized and PM and/ or PA will work with the appropriate responder (for design issues, coordination will be with the EOR to meet the timely response. A tracking form will be provided at the weekly progress meetings for discussion to verify the project is not being impacted. itoWSPI HOFF City of Miami Beach 1 Various CEI Sa;vicess on an "As-Noadacr [iasis 1 2017 -028 -KB 20 Schedule The WSP 1 Parsons Brinckerhoff team recognizes the project schedule as the essential tool to exert control over the project budget and to properly manage the overall activities of the contract. It is our experience from previous projects, that in order to retain control of the project, the project schedule should be reviewed by the CEI and approved by the CMB prior to the contractor starting any construction activity. A review of the original schedule will be performed by Paul Smith and a recommendation for acceptance will be provided to the CMB. • Schedule activities will be broken down to a level of detail sufficient to establish inspection and testing requirements and to determine the progress of the project, and the percentage of completion vs. value (cost loading) of the work in place. • Once the contractor's schedule is accepted, it will be installed in the project office for continuous monitoring by the assigned PM and periodic checks or other times as deemed necessary by Paul Smith. • An independent update will be conducted based on the daily reports received from the Inspectors, who will provide the "real time" status of the work and immediately identify a lag of progress according to the baseline schedule. • As a matter of practice, the contractor will be requested to submit a two-week, look -ahead schedule at the weekly progress meeting. • This schedule will be the basis for monitoring the contractor's quality control testing and scheduling our inspection and verification testing in the most efficient way. • This schedule will be compared to the baseline schedule and will serve as the basis to discuss progress attained and work to be performed, including corrective action of any item of work falling behind schedule. ,WSP Approach & Machodoloyy 1 TAB 3 WSP 1 Parsons Brinckerhoff has experienced schedule reviewers to analyze schedules for delays, deficiencies and/or claims analysis should the need arise. The initial budget for each project needs to be properly established. Early efforts to closely review project pay items and quantities result in development of a proper project budget to manage against. Additional budget control is exercised in claims avoidance and claims management techniques. Pay Requisitions Pay quantities will be taken from the DWRs for the purpose of calculating the monthly progress estimates. These quantities will be compared with the contractor's monthly estimates to verify that the CEI and contractor proceed in agreement and provide early detection of potential differences. The WSP 1 Parsons Brinckerhoff team will independently verify pay item quantities. As progress is made, the quantities paid each month for each item will be tracked using field books, computation book sheets, the plans matrix or a log whichever is appropriate. These documents will be kept accurate and up to date. A monthly review of the Record Drawings kept by the contractor, prior to any payment being made, will be conducted to verify they are updated and accurately represent changes. Payment requisitions are only approved by the CMB. The PA and/or CSS will verify the contractor's pay requisition quantities and sign -off pay requisition quantities in the field. The PA and/or CSS will review the monthly payment requisition with the contractor to determine the status of the work completed and verify compliance and quantity of stored materials. Equipment Tests and Systems Start-up As facilities are completed with the construction phase, various equipment tests and systems start-up are required. We will coordinate required testing, observe, record and report on the test procedures, start-up and findings along with assuring all PARSONS RRINCICERNOFF City of Miami Beach I Various CEI Sarvices on an "As-Naedod" Basis 12017 -028 -KB required operation training and manuals are provided to the city from the contractor. Record Drawings The CSS will independently keep a set of drawings updated as revisions are made by the EOR and keep track of field changes. Once a month prior to payment requisitions, the CSS will review the contractor's record drawings to verify current maintenance of these drawings. If these documents are determined to be insufficient, the SPE or PA will notify the CMB, who will determine if payment is to be withheld. Safety The WSP Parsons Brinckerhoffteam has the experience to recognize potential hazards onsite and should it be necessary, we will follow the outlined procedure below: 1. Immediately direct personnel to remove themselves from the apparent danger. 2. Notify the contractor's superintendent of the apparent condition that caused the concern and the affected personnel were directed to remove themselves accordingly. 3. Notify the contractor both in writing and verbally of the situation that arises. 4. Issue a written Non -Compliance notice stating that the contractor should take immediate action as it deems necessary to correct the deficiency/condition. 5. Write a full report in the Daily Report on the condition found to be unsafe, all actions taken and correspondence written, including times and names. 6. Take photographs of the concern. 7, The condition, as well as all conversations and correspondence, will be recorded in the Daily Report. If the contractor does not make the required corrections we will immediately notify the CMB. With that notification, we will review the AsWSP Approach & hodolo9y i TAB 3 concern/situation with the CMB and request further direction. In the case of a construction -related accident, the team will notify the CMB of the accident and direct the contractor to prepare an accident report with a copy forwarded to the CMB. Additionally, our corporate safety officer will make periodic visits to the site to provide guidance on potential safety aspects as the differing elements of the project progresses. Many of the proposed individuals have already attended and possess the 10 Hour OSHA Safety Training Certificate. This course will also be offered to those who may not have the certification, including CMB personnel. Quality Control The SPE and/or PA will review the contractor's quality control plan and monitor compliance with the applicable construction standards. If the contractor's plan is deemed to be inadequate, WSP Parsons Brinckerhoff will require the contractor to update the plan to meet and maintain compliance. Proceeding with Disputed Work When an agreement cannot be reached on a disputed change order and the contractor must proceed with the work, separate detailed Forced Work Daily Log Reports and photographs will be documented by the inspection team and kept by the CSS separately from the normal work activities. After each day's work on the disputed change, the records will be reconciled with the contractor to obtain agreement of the extra work completed and will be signed and dated by the contractor's representative and Senior Inspector or CSS. The CSS will forward copies to the CMB. Maintenance of Traffic (MOT) Although MOT is the contractor's responsibility, our team is committed to the safety of the traveling public. We will perform periodic reviews (minimum daily), address concerns and offer solutions to both the contractor and the CMB as appropriate. PARSONS EtRINCIMIIHOFF City of Miami Beach 1 Various CEI Services on an "As -Needed" Basis 1 2017-0228.1<B Contractor Request for Services Requests (required in writing) by the contractor to obtain services from the CMB will be expedited by the CSS to verify the work schedule is not impacted, while keeping in mind there is a minimum of three working days notification required. Substantial Completion In bringing a project to a successful conclusion, we have found worklists, provided to the contractor prior to substantial completion, save time and money. It can eliminate multiple inspections by the CMB and other entities involved and re - mobilization of subcontractors and equipment. The PA will work closely with the contractor as the project is nearing a state of substantial completion to better verify that the project is progressed to the point, where the request for substantial completion is easily established to set up the required inspection. The substantial completion walk through will then be scheduled with the City, contractor and EOR. An initial punch -list, describing remaining items to be complete, will be provided so it can be attached to the certificate of substantial completion. Final Completion and Project Closeout The PA will continue to work closely with the contractor and provide worklists so that when the contractor requests final inspection, the project is ready. A Final Inspection will be scheduled with the CMB, contractor, EOR and other required parties. Any items not complete or needing correction will be detailed as a Final Punchlist and provided to the contractor to complete to obtain final acceptance. All necessary close-out and construction completion forms and documentation will be completed in close coordination with the CMB. The CSS will work closely with the EOR and contractor to obtain materials required for the close-out binder, as required by the CMB and review the Operation and Maintenance manuals for each project for completeness. ,WSP Appioach 3< M acnaduiogy i TAB 3 We are ready to assist the CMB in the preparation of the final completion certificate for payment. These activities include the preparation of the final estimate package, certification of the project, final satisfaction of the permit requirements, and close- out meetings with the contractor. Consultant and Design Consultant Relationship After all the contract work is completed and each project is final accepted, our personnel will follow up with the necessary activities to close-out all the project documentation, enabling our team to have absolute certainty in our final recommendation for payment. We will work with the EOR so they can provide the final certification of the design components. 3 — Qualified Personnel Upon notification of oversight needed for specific project, the SPE will provide recommendation of the qualified project personnel to effectively carry out the responsibilities under this agreement. The names and detailed resume for each of the proposed personnel will be submitted in writingto the CMB for review and approval. Our team understands the CMB's right to have consultant's personnel removed and substituted or request periodic rotation of field personal, if the employee's conduct or performance is detrimental to the project. Our team will act quickly on the CMB's request to replace and make re -assignments as necessary. 4 — Quality Assurance Plan A major component of WSP I Parsons Brinckerhoff management's philosophy is our emphasis on quality. As a matter of policy, WSP I Parsons Brinckerhoff strives for excellence in the quality of all work that is performed. The terms long-standing commitment to quality is at the heart of our firm's culture. Practicing quality management and services delivers rewards of jobs well done, satisfied clients, and successful projects. PARSONS BRINCICERHOPF City of Miami Beach 1 Various CEI Services on an "As-Neaded" Basis 1 2017 -023 -KB For all our projects, we enforce a rigorous quality control program centered on the ISO 9001 standard. WSP Parsons Brinckerhoff is always looking to improve our performance in this area and is dedicated to taking our quality control to new levels. In looking at ways to assure quality, we have added Jeff Cole to assist in QA reviews. Jeff is familiar with all project requirements and we look forward to his insight and ideas to continually assure quality work. DNV•GL MANAGEMENT SYSTEM CERTIFICATE Thls is to certify that the management system of Parsons Brinckerhoff, Inc. Corporate Mince, Ono Venn plata, New York, NY 10119,1100 and the MR05 as menll0ned In the appendix a0Ompanying this 10rtlfl00te has Bean found to tonna. to the (peaty Management system standard: 180 9001/2008 10 vaild for the (011001 5 - Preparation for Arbitration Hearings and Litigation Our proposed technical support personnel and SPEs will provide assistance in preparing for arbitration hearings or litigation that occurs during the course of the project. 6 - Qualified Engineering Witnesses and Exhibits We have qualified engineering witnesses on our team who can assist with exhibits for arbitration hearings or litigation in connection with the Agreement. 7 - Services for Completion and Closure of Construction Contract Within the proposed Team, we are able to provide services determined necessary for the successful completion and closure of the construction contract. 8 — Post Construction Claims Review The SPE along with members of technical support group will analyze any claim, negotiate as deemed bWSP Approach & Methodology 1 TAB 3 appropriated to obtain settlement of the claim and prepare and process the required documentation to close out the claim. Our team understands the flexibility required where project assignments may require full staffing and other project assignments may require partial staffing as an extension of the CMB's staff. With an office in Miami and a strong presence throughout Florida, the WSP Parsons Brinckerhoff team has the ability to allocate necessary resources. PARSONS RRWOXERNOFF City of Miami Beach 1 Various CH S .vices on an "As -Needed" Basis 1 2017 -028 -KB Exceptions to RFQ The only legal related items are identified in comments 8, 9 and 11 below. Other comments identify incorrect characterization of CEI services, atypical scope/responsibility and elevated standard of care for services which the Agreement states we are performing but should not be performed by the CEI. 1. Definitions Article 1.1: a. Base Bid: The definition of Base Bid is defined as elements contained in the Construction Documents recommended by the Consultant as being with the Construction Cost Budget. This is not an accurate reference to Consultant's services. b. City: Note the different distinctions for the definition of City. c. Construction Documents: The definition is written as if the Consultant is authoring the Construction Documents (ie, Consultant has submitted completed Construction Documents to the City or approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible) d. Consultant is defined as performing professional design services and is identified as the "architect or record" and/or "engineer of record." e. Contract Documents is defined to include this Agreement and all Design Documents and Construction Documents, the Contract for Constructions, Conditions for the Contract for Construction and Construction Change Directives. Therefore the Consultant is responsible for any obligations states in those documents related to the Consultant's services. f. Design Documents are defined as being submitted by the Consultant and it is the Consultant's obligations to ensure the Design Approach & Methodology 1 TAB 3 Documents are constructible, in accordance with all Applicable Laws and in accordance with the Contract Documents. g. Statement of Probable Construction Cost is provided by the Consultant. 2. Article 2.3: The Consultant is responsible for compliance with all Applicable Laws now in effect or as may be amended or adopted from time to time. 3. Article 2.4: This paragraph is not applicable since the CEI is not responsible for the technical accuracy of the Design Documents contemplated in Schedule A, but even if the CEI was responsible it cannot warrant that the approved and permitted Construction Documents 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 purpose. Article 2.5: Consultant's basic services 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. 5. Article 2.17: Note new language 4. 6. Article 3.2: Consultant 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 7. Article 5.2: Even though identified as Additional Services, the CEI would not be making revisions to Construction Documents, preparing models or geotechnical engineering. 8. Article 11.5: Delete the phrase "The City reserves the right to require a certified copy of such policies, upon written request to Consultant:' WSP will not provide copies of its policies 9. Article 12.1, second paragraph: Pursuant to Florida Statute 725.08, Consultant is responsible for defense costs of indemnification to the extent caused by its negligence, however 4pVISP B HOFF City of Miami Beach 1 Various CEI Services on an "As -Needed" Basis 1 2017 -028 -KB FEN Approach & Methodology 1 TAB 3 Consultant is not responsible to investigate and defend any claim. 10. Article 13: This language is inaccurate since the CEI is not preparing the Contract Documents but an additional concern is that the Director shall decide all claims, questions and disputes. The Director's decision shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. This means the Director's decision will be presumed correct unless the Consultant can prove it was clearly arbitrary. 11. Article 14: This clause limits the City's liability for any cause of action for money damages to the not -to -exceed amount less any amounts paid to the Consultant. This is a significant risk. Under this language, any City wrongdoing is limited by the value of this Agreement less amounts already paid. There is no correlation between the City's wrongdoing and the NTE value of WSPIPB's services under this Agreement. Will the City limit the Consultant's liability to the value of this Agreement? One practical example is if the City requests the Consultant to perform additional services prior to issuing an amendment, the City is not liable for payment. 12. Article 16.6: The Consultant is not preparing the Contract Documents 13. Article 16.10.1: This language is inaccurate since the CEI is not providing design services but here the Consultant is additionally promising its design shall 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. APWSP ANv HOFF City of Miami Beach 1 Various CEI Services on an As -Needed" Basis 1 2017 -028 -KB ECM A.WSP 7650 Corporate Center Drive I Suite 300 PARSONS BR1NCKERHOFF Miami, FL 33126 www,wsp-pb.corn Detail by Entity Name Page 1 of 6 DIVISION. OW CORPORATIONS Florida Department of State Department of State / Division of Corporations / Search Records / Detail Dv. Document Number / Detail by Entity Name Foreign Profit Corporation WSP USA INC. Filing Information Document Number 829626 FEI/EIN Number 11-1531569 Date Filed 03/05/1973 State NY Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 05/02/2017 Event Effective Date NONE Principal Address One Penn Plaza New York, NY 10119 Changed: 04/12/2017 Mailing Address 4139 Oregon Pike Ephrata, PA 17522 Changed: 04/12/2017 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 07/02/1992 Address Changed: 07/02/1992 Officer/Director Detail Name & Address Title President Kelly, Gregory A One Penn Plaza New York, NY 10119 http ://search. sunbiz. org/Inquiry/CorporationS earch/SearchResultD etail?inquirytype=Entit... 10/20/2017 Detail by Entity Name Page 2 of 6 Title Secretary Jassey, Hillary F One Penn Plaza New York, NY 10119 Title Board Director Abrahams, Michael J One Penn Plaza New York, NY 10119 Title Board Director Benz, Gregory P 428 Dow Highway Eliot, ME 03903 Title Senior Vice President Pulicare, Joseph One Penn Plaza New York, NY 10119 Title Senior Vice President Blair, Roger W 16200 Park Row Suite 200 Houston, TX 77084 Title Board Director Donahue, Peter F 75 Arlington Street 9th Floor Boston, MA 02116 Title Board Director O'Brien, Richard F 75 Arlington Street 9th Floor Boston, MA 02116 Title Senior Vice President Harris, Duane 16200 Park Row Suite 200 Houston, TX 77084 http ://search. sunbiz. org/Inquiry/CorporationS earch/S earchResultDetail?inquirytype=Entit... 10/20/2017 Detail by Entity Name Page 3 of 6 Title Senior Vice President Jannetti, Gerald S One Penn Plaza New York, NY 10119 Title Senior Vice President Medina, Frank J 2777 N. Stemmons Freeway Suite 1600 Dallas, TX 75207 Title Senior Vice President McNeilly, Bernard P One Penn Plaza New York, NY 10119 Title Senior Vice President Nunes, Garry E One Penn Plaza New York, NY 10119 Title Senior Vice President Paquette, J Steven One Penn Plaza New York, NY 10119 Title Senior Vice President Peters, Christopher L 1100 Town and Country Road Suite 200 Orange, CA 92868 Title Senior Vice President Porcari, John D 1015 Half Street, SE Suite 650 Washington, DC 20003 Title Senior Vice President Roecks, Eric R 999 Third Avenue Suite 3200 Seattle, WA 98104 http ://search. sunbiz. org/Inquiry/CorporationSearch/S earchResultDetail?inquirytype=Entit... 10/20/2017 Detail by Entity Name Page 4 of 6 Title Senior Vice President Sheridan, Patrick G One Penn Plaza New York, NY 10119 Title Senior Vice President Trotta, John 30 N. LaSalle Street Suite 4200 Chicagi, IL60602 Title Senior Vice President Townsend, Pamela 434 Fayetteville Street Suite 1500 Raleigh, NC 27601 Title VP Lynn, Andrew J One Penn Plaza New York, NY 10119 Title Assistant Vice President Hoer, Gregory G 1 East Pratt Street 3rd Floor Baltimore, MD 21202 Title Assistant Secretary Dale, W Stephen One Penn Plaza New York, NY 10119 Title Assistant Secretary Siegel, Cary M One Penn Plaza New York, NY 10119 Title Controller Mitrakis, Nicholas P One Penn Plaza New York, NY 10119 Title Assistant Controller http::/search. sunbiz. org/Inquiry/CorporationSearch/S earchResultD etail?inquirytype=Entit... 10/20/2017 Detail by Entity Name Page 5 of 6 D'Aquino, Christopher J 4139 Oregon Pike Ephrata, PA 17522 Title Treasurer Brickey, Stephanie C 4139 Oregon Pike Ephrata, PA 17522 Annual Reports Report Year Filed Date 2017 04/12/2017 2017 07/07/2017 2017 08/14/2017 Document Images 08/14/2017 -- AMENDED ANNUAL REPORT 07/07/2017 -- AMENDED ANNUAL REPORT 05/02/2017 -- Name Change 04/12/2017 -- ANNUAL REPORT 06/20/2016 -- AMENDED ANNUAL REPORT 03/22/2016 -- ANNUAL REPORT 04/23/2015 -- ANNUAL REPORT 06/04/2014 -- AMENDED ANNUAL REPORT 04/07/2014_=ANNUAL REPOR7 01/18/2013 -- ANNUAL REPORT 02/24/2012 -- ANNUAL REPORT 12/08/2011 --ANNUAL REPORT 11/03/2011 -- Name Change 04/13/2011 -- ANNUAL REPORT 02/17/2010 -- ANNUAL REPORT 03/13/2009 -- ANNUAL REPORT 02/06/2009 --ANNUAL REPORT 04/24/2008 -- ANNUAL REPORT 02/13/2007 -- ANNUAL REPORT 11/20/2006 -- Name Change 02/17/2006 -- ANNUAL REPORT 02/09/2005 -- ANNUAL REPORT 02/25/2.004 -- ANNUAL REPORT 03/20/2003 -- ANNUAL REPORT 03/15/2002. -- ANNUAL REPORT 05/07/2001 --ANNUAL REPORT 03/20/2001 --ANNUAL REPORT 02/10/2000 --ANNUAL REPORT 04/14/1999 _ANNUAL REPORT 04/02/1998 --ANNUAL REPORT View image In PDF format View image in PDF format View image in PDF format View image in PDF format View image In PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View Image in PDF format View image in PDF format View image in PDF format View image In PDF format View Image in PDF format View image in PDF format View image In PDF format View image in PDF format View image In PDF format View Image in PDF format View image in PDF format View image in PDF format View image in PDF format View Image In PDF format View Image in PDF forrnat View image In PDF format I View image in PDF format View image in PDF format View image in PDF format http://search. sunbiz. org/Inquiry/CorporationSearch/S earchResultDetail?inquirytype=Entit... 10/20/2017 Detail by Entity Name Page 6 of 6 05/19/1997 -- ANNUAL REPORT 05/15/1996 ANNUAL REPORT 02/14/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View Image In PDF format Pio ritla Department of StaI: Division of Corp,>ratons http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 10/20/2017 SP/A(404v (Requester's Name) (Address) (Address) (City/State/Zip/Phone #) PICK-UP 0 WAIT 0 MAIL (Business Entity Name)' (Document Number) Certified Copies Certificates of Status Special Instructions to Filing Officer: Office Use Only 000298685020 CT CORP 3458 Lakeshore Drive, Tallahassee, FL 32312 850-b56.4724 850,508.1891 (cell) Date: 51 ll ACCT. 120160000072 Name: a Card pr Document #: Certificate of Good Standing; Order # 1.0 .rA Certified Copy of Arts & Amend; Plain Copy; Certificate of Good Standing; Apostille/Notariat Certification; Country of Destination: Number of Certs: fling: COGS; Availability Document Examiner Updater Verifier W,P, Verifier Ref - Amount $ Thank youl FLORIDA DEPARTMENT OF STATE Division of Corporations May 3, 2017 CT CORP. TALL., FL 32312 SUBJECT: PARSONS BRINCKERHOFF, INC. Ref. Number: 829626 We have received your document for PARSONS BRINCKERHOFF, INC. and your check(s) totaling $. However, the enclosed document has not been filed and is being returned for the following correction(s): The name of your corporation is not available in Florida. An out-of-state_ corporation whose name is not available must adopt an alternate corporate name for use in Florida. The alternate corporate name must contain "Incorporated," Company, Corporation, Inc., Co., Corp, Inc, Co, or Corp. Please enter the alternate corporate name in the space provided in number five of the application. The name and document number of conflict is, "F12000004330 WSP CORP. ". Please return your document, along with a copy of this letter, within 60 days or your filing will be considered abandoned. If you have any questions concerning the filing of your document, please cal (850) 245-6050, Carol Mustain Regulatory Specialist II Letter Number: 617A00008636Atop , ra �i :177 www.suribiz.org 17ivi:oinil nf'C`,nrnnratinn - P n RC1Y Pt9.'7 _11a11aha.caui P1nniri `l9.`1Q PROFIT CORPORATION APPLICATION BY FOREIGN PROFIT CORPORATION TO FILE AMENDMENT TO APPLICATION FOR AUTHORIZATION TO TRANSACT BUSINESS IN FLORIDA (Pursuant to s. 607.1504, F.S,) SECTION 1- (1-3 MUST BE COMPLETED) 829626 (Document number of corporation (if known) 1. Parsons Brinckerhoff, Inc. (Name of corporation as it appears on the records of he Department of State) 2 • New York 3. March 5th, 1973 tr„ (Date authorized to do busihoskrin FtSida) �'' Vt ;.e 54 t SECTION II ^ ?, C (4-7 COMPLETE ONLY THE APPLICABLE CHANGES) 0c7't 4. If the amendment changes the name of the corporation, when was the change effected under tel o laws of its jurisdiction of incorporation? May 1, 2017 lncorporatedunder laws of) S. WSP USA Inc, r (Name of corporation after the amendment,"corporation," adding suffix cc es rcompany, or incorporate ,n or appropriate abbreviation, if not contained in new name of the corporation) (If new name is unavailable in Florida, enter 'alternate corporate name adopted for the purpose of transacting`: business in Florida) 6. If the amendment changes the period of duration, indicate new period of duration. ew aurataon 7. If the amendment changes the jurisdiction of incorporation, indicate new jurisdiction. ew junsdlctton) 8. Attached is a certificate or document ofsinilar im ort, evidencin the amendment, authenticated not more than • 90 days prior to delivery of the application to the Department of State, b the Secretary. afState or other"official having custody of corporate records in the jurisdiction under the laws'of which it is incorporated. Hillary F. Jassey LIVIA (Signature of a d r ctor, press 't," other of Ar - if in the hands of a receiver or other Court a''• •i tited Niacin ', by that fiduciary)' (Typed or printed name of person signing) .021 • R/5/2015 Wolter, Kluwer Online Secretary (Title of person signing) State of New York ss: Department of State ,herby certify, that the Certificate of incorporation of WSP USA INC. was filed on 10/05/1933, under the name of FLATBUSH ENGINEERING CORPORATION, fixing the duration as perpetual, and that a diligent examination has been made of the Corporate index for documents filed With this DePartment for a certificate, order, or record of a diSsOlution, and upon such examination, no such certificate, order or record has been found, and that so far as indicated by the records of this Department, such corporation is an existing corporation. I further certify the following; A Certificate of Amendment was filed on 02/04/1935. A certificate changing name to PARSONS, BR1NCKERHOFF ENGINEERING CORPORATION was filed on 01/31/1964. A certificate of Merger and Name Change, changing its name Lo PARSONS' BRINCI<EREOFF, QUADS & DOUGLAS, INC, was filed on 04/29/1964. Restated Certificate waS filed on 03/26/1965. A Certificate of Amendment was filed on 12/09/1968. A Certificate of Amendment was filed on 09/15/1975. A Certificate of Amendment was filed on 04/06/1976. A Certificate of Amendment was filed on 10/08/1976. Restated Certificate was filed on 06/04/1981, A Certificate of Amendment was filed on 04/01/1986, A B.iennial Statement was filed 06/10/1993. A Biennial Statement waa filed 11/05/1993. A Biennial Statement was filed 03/13/3.998. A Certificate of Change was filed on 09/15/1999, A Biennial Statement was filed 11/15/1999. A Biennial Statement was ,fi:ied 10/04/2001. A Biennial Statement was filed 16/68/2003' A „BienniaI Statement was filed 12/07/2005. A Certificate of Merger was filed on 11/09/2006. A certificate changing name to PB AMERICAS, INC. was filed on 11/16/2006. A Biennial Statement was filed 11/08/2007, WW.LO NY GOV ' A Bierinial 'Statement was filed 12/04/2009. A certificate changing name 11A01/2011. to PARSONS BRINCKERHOFF, INC, was filed on A Biennial Statement was filed 05/04/2012, A Biennial Stateznent was filed 11/04/2013. A Biennial Statement Was filed 10/01/2015. A Certificate of Merger was filed on 12/02/2015. A Certiflate of Merger was filed on 12/07/20.75. A Certificate of Merger was filed on 12/08/2015. A certificate changing name to WSP USA INC. was filed on 05/01/2017. 1 further certify corporation, that no other documents have been filed by such *** Witness my hand and the official seal of the Departtnent of State al the City of Albany, this O]st day of May two thousand and seventeen, Brendan W. Fitzgeraid Executive Deputy Secretary of State ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX E BEACH Insurance Requirements RFQ No, 2017 -028 -KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017 -02$ -KB 36 AMI BEACH 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. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. 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 B+:VI 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. RFQ 2017 -028 -KB 37